38
MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012 In accordance with General Act No, 217, Special Session 1967, notice is hereby given that the Mobile County Commission, Mobile, Alabama, will receive bids on the following items REMOUNT ONE (1> TYPE III AMBULANCE FOR MOBILE COUNTY EMERGENCY MEDICAL SERVICES RESCUE SQUAD, INC., AS PER ATTACHED SPECIFICATIONS: cv .rc tb’. S cogS rec ec 5•55s troe’h’ to the at ens —f Sc— Ass:-,’ , .1-eras Nc,.ans, ,.ter—f1—ttl:, .r* A.versrcect 1’- a f- r dL5S.t S Z’’,S .: ‘V’ W-’-S All bidd.e rsh.a.I 1 furn.ish a .f lye perce.nt .5 bid bond 05.1 any contract c xc..eedi ng $15, 000 provided, that bonding is available for services, equipment or material Out of State Corporatio: a shall furnish a Certificate of Authority to transact business in the State of Alabama. Cu,t of State limited liabl.i ci companies shall proof of registration to transact business .in this. state. Alabama law requires that a successful bidder, prior to the award of a contract (1.) attest that it will not knowingly hire, employ or contAnue to employ an unauthor,i.sed alien; and (2) provide proc -f of enrollment in E—Verify www, uscis . go v/ev erify. If atrel “.hIe to a contract. resultinc from Oi 5. invlt a’- is r, the scer ful b.idder must vs Ste ssstra z’..cs: e. mc _cs’es - rat :55 E:-erer:y, avarrab.e tn-s Pr:tasms or at. mcbi Ioc-m.rn’-yal . cv. Ts inq: rv is to establasts a price ansi a soorce of sappi y for the above listed items V O ‘-Ot Cd THE MOBILE COUNTY CO4MISSION DOES NOT DISCRIMINATE ON THE BASIS OF RACE, AGE, SEX, NATIONAL ORIGIN, RELIGION, OR DISABILITIES. S.O.S. Mobile DATE OF’ DELIVERY TERMS ____________You are invited to bid on the above specifications. The restrictions contained herein are for the purpose of fixing a quality level, and any deviation therefrom must, in detail establish that it meets the quality requirements. BIDS WILL BE RECEIVED UNTIL 10:00 A.M. JULY 11 ALL BIDS MUST BE SEALED, THE WORD “BID”, THE BID NUMBER AND THE NAME OF THE ITEM MARKED ON THE OUTSIDE OF THE ENVELOPE. BIDS WILL BE RECEIVED BY THE RECEPTIONIST IN THE OFFICE OF THE COUNTY COMMISSION ADMINISTRATOR , 205 GOVERNMENT STREET ON THE EIGHTH FLOOR OF THE MOBILE COUNTY GOVERNMENT PLAZA. FAILURE TO OBSERVE THE ABOVE INSTRUCTIONS WILL CONSTITUTE GROUNDS FOR REJECTION OF YOUR BID. THE COMMISSION RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. MOBIL 7€ JOHN FENBAC COUNTY ADMINISTRATOR We propose to methe above specifications for the sum of S see attached list. Delivery can be made in days from receipt of award. RESPECTFULLY BY

MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

MOBILE COUNTY COMMISSION205 Government Street

Mobile, Alabama 36644

P0 BOX 1443

Mobile, AL 36633

BID INVITATION NO. 34-12June 12, 2012

In accordance with General Act No, 217, Special Session 1967, notice is herebygiven that the Mobile County Commission, Mobile, Alabama, will receive bids onthe following items

REMOUNT ONE (1> TYPE III AMBULANCE FOR MOBILE COUNTY EMERGENCY MEDICAL SERVICES

RESCUE SQUAD, INC., AS PER ATTACHED SPECIFICATIONS:

cv .rc tb’. . S cogS rec ec 5•55s troe’h’ to the at ens

—f Sc— Ass:-,’ , .1-eras Nc,.ans, ,.ter—f1—ttl:, .r* A.versrcect 1’- a f- r

dL5S.t S Z’’,S ‘ .: ‘V’ W-’-S

All bidd.e rsh.a.I 1 furn.ish a .f lye perce.nt .5 bid bond 05.1 any contract c xc..eedi ng $15, 000provided, that bonding is available for services, equipment or materialOut of State Corporatio: a shall furnish a Certificate of Authority to transact businessin the State of Alabama. Cu,t of State limited liabl.i ci companies shall proof ofregistration to transact business .in this. state. Alabama law requires that a successfulbidder, prior to the award of a contract (1.) attest that it will not knowingly hire,employ or contAnue to employ an unauthor,i.sed alien; and (2) provide proc -f of enrollmentin E—Verify www, uscis . gov/everify.

If atrel “.hIe to a contract. resultinc from Oi 5. invlt a’- is r, the scer ful b.idder mustvs Ste ssstra z’..cs: e. mc _cs’es - rat :55 E:-erer:y, avarrab.e tn-s Pr:tasms

or at. mcbi Ioc-m.rn’-yal . cv.

Ts inq: rv is to establasts a price ansi a soorce of sappi y for the above listed itemsV

O ‘-Ot Cd

THE MOBILE COUNTY CO4MISSION DOES NOT DISCRIMINATE ON THE BASIS OF RACE, AGE, SEX,NATIONAL ORIGIN, RELIGION, OR DISABILITIES.

S.O.S. Mobile DATE OF’ DELIVERY

_________

TERMS

____________You

are invited tobid on the above specifications. The restrictions contained herein are for thepurpose of fixing a quality level, and any deviation therefrom must, in detailestablish that it meets the quality requirements.

BIDS WILL BE RECEIVED UNTIL 10:00 A.M. JULY 11

ALL BIDS MUST BE SEALED, THE WORD “BID”, THE BID NUMBER AND THE NAME OF THE ITEMMARKED ON THE OUTSIDE OF THE ENVELOPE. BIDS WILL BE RECEIVED BY THE RECEPTIONISTIN THE OFFICE OF THE COUNTY COMMISSION ADMINISTRATOR , 205 GOVERNMENT STREET ONTHE EIGHTH FLOOR OF THE MOBILE COUNTY GOVERNMENT PLAZA. FAILURE TO OBSERVE THEABOVE INSTRUCTIONS WILL CONSTITUTE GROUNDS FOR REJECTION OF YOUR BID. THECOMMISSION RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS.

MOBIL 7€

JOHN FENBAC COUNTY ADMINISTRATOR

We propose to methe above specifications for the sum

of S see attached list.Delivery can be made in days from receipt of award.

RESPECTFULLY

BY

Page 2: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

MOBILE COUNTY COMMISSION BID FORM

Date:____________BID #34-12

REMOUNT OA’E (1) TYPE lilA vIBULANCE f OR MOBILE COUiVTYEMER6EIV€ IMEDICAL SER VICES RESCUE SQUAD, INC.

Company

Company Representative(Print)

Company Representative(Signature)

Address

Phone number ( )__________________Fax number (

Federal ID Number_______

Email Address________

Company Web Address

Page 3: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

OFFICE OF MOBILE COUNTY ATTORNEY

JAY M. ROSSCounty Attorneyjross@rnobUecountynet

MARTHA DURANT HENNESSY

Chief Staff Attorneymhennessy@mobilecountynet

KEVIN L. BOUCHER LtNDA 0. BAKERStaff Attorney Legal Assistantkboucher@mobiIe<ountynet [email protected]

Requirements under Alabama’s Immigration Law

The Beason-Hammon Alabama Taxpayer Citizenship and Protection Act, codified atSection 31-13-1, et seq, Code of Alabama (1975), as amended, requires that businessentities and employers with whom Mobile County contracts provide proof of enrollmentand participation in E-Verify, an internet based system operated by the US. Departmentof Homeland Security, which may be used to determine the eligibility of new hires towork in the United States.

As proof of enrollment and participation in E-Verify, Mobile County requires the followingfor all contracts approved after January 1, 2012:

1) The attached Affidavit, fully completed and signed in the presence of a NotaryPublic (affidavits notarized out-of-state must bear the notary’s seal>; and

2) The signature page of the contractor’s Memorandum of Understanding with theUS. Department of Homeland Security or Alabama Department of Homeland Security(contractors having fewer than 25 employees may enroll in E-Verify through the stateDepartment of Homeland Security). For reference, a copy of the County’s signaturepage is also attached.

These items must be provided before the contract may be approved by the CountyCommission.

The following websites provide further information about participation and enrollment inE-Verify: www, uscis.qov/everify and wwwVerifyAlabamaqov.

Tenth Floor, South Tower, 205 Government Street, Mobile, Alabama 36644-1001Telephone: (251) 574-3333 Facsimile: (251) 574-3335

Page 4: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

STATEOF . ..

COUNTY OF

_______

AFFIDAVIT

Before me, the undersigned authority, personally appeared

_________—

(Affiant)who, being by me first duly sworn, doth depose and say as follows:

I, in my capacity as

_______________

(Title) of

_________________. _____

(Business Entity or Employer), having lawful authority to act in its behalf and personalknowledge of the facts set out herein, do attest to the following:

During the term or performance of any contract with Mobile County, Alabama

1. The Business Entity or Employer will not knowingly employ, hire for employment,or continue to employ an unauthorized alien;

2. The Business Entity or Employer is enrolled in EVerify, as shown by theattached Signature Page(s) of its fully executed Memorandum of Understanding with the U.S.Department of Homeland Security or Alabama Department of Homeland Security;

3, The Business Entity or Employer will participate in E-Verify to verify theemployment status of new hires.

Date Signature of Affiant

I, the undersigned Notary Public in and for

______________________________________

hereby certify that

____________________

whose name as

__________________

(Title) of

________________________________

(Business Entity or Employer) is signed to the foregoingAffidavit and who is known to me, acknowledged before me on this day that, being informed ofthe contents of the said Affidavit he/she, as such officer and with full authority, executed thesame voluntarily as and for the act of said Business Entity or Employer.

Given under my hand and seal this

_____

day of

_______________________,

20

(affix seal) Notary PublicMy Commission Expires:

Page 5: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

__

SAMPLE

EVeriFy

Company ID Number 477783

To be accepted as a participant in E-Verify, you should only sign the Employers Sectionof the signature page. if you have any questions, contact E-Verify at 888-464-4218.

Employer Mobile Connrv (ommisimi

COflfliC ULiCISOIlrffim (ft,a., ypc o )fl r

&ectronscallySiçjned 12i21/2D11 —

).gnture tDite

Department of Homeland Security — Verification Division

[USCIS Verification DivisionName fPeaS Tybo or Prim) itie

EiettronlcIiySlçned r12!21!2O11Sinature E3ate

information Required for the E-Verify Program

information relating to your Company:

Oomoanv Name:Wobile County Commission

Comoanv_FaoWtAddress:206Government Street

8th floor South Tower

oblle, AL 36644

Dompany Alternateddress:

Count or Parish: MOBlLE

Ernoioyer ldentifrcationNumber: 638OO1 644

Pqe 13 E-Vehfv MOU for EmPioyer Revialon Date ogoitog www.dhs.govlE-Verify

Page 6: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

REMOUNT TYPE Iii AMBULANCE

FOR

MOBILE COUNTY EMERGENCY MEDICAL SERVICE RESCUE SQUAD, INC.

C)

Page 7: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

NOTICE TO BIDDERS

REQUEST FOR BIDS

FOR REMOUNT OF TYPE Ill AMBULANCE

Notice is hereby given for bids to be received on the 11 day of July 2012. at 10:00 a.m. local timefor:

ONE (1) REMOUNTED TYPE III AMBULANCE

Bids shall be on forms prescribed within, and in accordance with detailed specifications, which maybe obtained from:

Mobile County Commission Purchasing Department205 Government St., 8th floor southMobile, Alabama 36644

Sealed bids should be clearly marked on the exterior envelope, and bids received after the specifieddate and hour will be returned unopened.

Bids will be opened, read aloud, and may be taken under advisement for up to thirty (30) days toevaluate in detail. Mobile County Commission reserves the right to reject any and all bids andselect the bid deemed the lowest responsible bidder.

Detailed written technical information, required forms for bidding, and responses will be requiredfrom the bidders, as set out in the specifications. Failure of any bidder to furnish all requiredinformation will disqualify that particular bidder.

SIGNED:_______________________

DATE:

_______________________

BIDS SHOULD BE ADDRESSED TO:

Mobile County Commission205 Government St., 8th floor southMobile, Alabama 36644

Bid 34-12

Page 8: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

TO: ALL PROSPECTIVE EMERGENCY VEHICLE VENDORS

FROM: MARK TURNER, EXECUTIVE DIRECTOR

SUBJECT: ATTACHED SPECIFICATIONS AND BIDDING

It is the intent of these specifications, and all requirements listed herein, to obtain bids for theremount of a vehicle County 3; Vin# 1FDXE45P06DA68213 to meet the local needs of thepurchaser, and to obtain bids that may be easily, and completely evaluated on an equal andcompetitive basis.

Because of the wide variances in remount procedures, types, configurations, and options availablein the industry, the puipose of these specifications is to set a standard by which all proposalsreceived may be evaluated, studied and compared equitably. Vendors are required to return one LUcpy of these specifications, correctly and completely furnishing all information requested andanswering all questions attached. Any requested data, literature, drawings, etc., and detailed writtenlists of exceptions taken must be enclosed.

Since bids from a number of suppliers are anticipated, and purchaser cannot be expected to befamiliar with all various technical details of all vendors procedures and workmanship, the onlyadequate method of evaluation will be to compare in this format. Vendors are cautioned that failureto submit proposals in format specified herein will be grounds to reject vendor’s proposal andremove bid from consideration.

Bids taking total exception or bids that use the term “intent of’ can not be considered for evaluation.

Any questions for clarifications, etc. should be directed in writing to the above address, andresponses will be furnished in writing to all prospective vendors.

It is understood that for the purpose of this specification, “purchaser” shall be: Mobile CountyEmergency Medical Services Rescue Squad, Inc.

It is further understood that these specifications contain numbered pages that are a total package.This particular bid package contains 33 pages. By signing this bid it is acknowledged that the bidderhas received a complete package and is responsible for providing the entire remount as specifiedwithin this package. Failure to return all pages of the bid package will make the bidder to beconsidered non-responsive and the bid will not be considered.

SIGNED:______________________

DATE:

______________________

Page 9: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

BID FORM

NAME OF BIDDER:

_____________ _____ __________

ADDRESS:

__________ ________

CITY, STATE. ZIP:

_______________________________

TELEPHONE:

_________

800-

_____

PERSON To CONTACT REGARI)1NG THIS HID:

_____________

We herewith submit and bid as follows:

CHASSIS MAKE/MODEL/YEAR:

______________________

F.O.B. POINT:

____________________________________

DELIVERY (Calendar Days Only):

______________________________

PRICE COMPLETE, W/ ALL OPTIONS, AS SPECIFIED: $________

(per vehicle)TRADE IN ALLOWANCE:

$________________________

BID IS:

____

As per specifications, taking no exceptions.

____

Taking only those specifications exceptions listed by letter attached and referenced toparagraph number specified.

The undersigned bidder agrees that the signature submission of this bid represents the bidder’sacceptance of all terms, conditions, and requirements of bid specifications and, if awarded, the bidwill represent the agreement between the parties. Additionally, by signing this bid, the bidderwarrants that there was no collusion of any kind in submission of this bid.

SIGNED: (sign manually, in ink)

__________________________

NAME PRINTED: TITLE:

Page 10: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

NOTE: All variations and/or exceptions must be listed on attached pages, referencing page andparagraph number from specifications and explained in detail. Failure to SO list exceptions willdisqualif’ hid.

By signing this hid, the bidder agrees to extend all pricing, as shown on previous page, fbr a periodof not less than 120 days from date of bid opening br the procurement of additional vehicles duringthe calendar year. Additionally, bidder agrees to allow additional emergency medical servicesproviders licensed by this state to procure from this contract at the contract price.

Page 11: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

SPECIFICATIONS FOR BID

Vendor shall attach one (1) copy of entire specilication and note compliance with all terms,conditions, and such other information as may be listed below each paragraph.

SPECIAL NOTE:

At the bottom of each paragraph appears the following:Does your bid comply with this requirement?

Yes()No ()

Bidder is required to check one of the appropriate boxes for compliance or non-compliance.Checking a No’ box will not necessarily disqualify the bidder from consideration, but is intendedonly to provide the purchaser and the purchasers Specification Committee with a means ofdetermining overall compliance and judge whether or not the non-compliance statement will affectthe intended function, durability and service required for this purchase.

All paragraphs marked flNo! must be referenced and explained in the “Exceptions” section of thebid. Final inspection of the vehicle will be accomplished using these specifications to determinecompliance. Therefore, paragraphs marked as complying will be inspected as such.

SECTION 2- GENERAL TERMS AND CONDITIONS

2.1 Scope: This specification covers a remount of an emergency vehicle of the type specified inthe Ambulance Design Criteria of the National Highway Traffic Safety Administration,U.S. Department of Transportation, Washington. D.C. This specification is based uponcompliance to minimum standards as outlined in Federal Ambulance SpecificationKKK-A- 1 822F, dated August 1, 2007 and may reference specific paragraphs throughoutthese specifications. It is the intent to purchase a complete remounted vehicle that complieswith these minimum standards, and other Federal referenced standards in effect at time ofissuance. Where these specifications do not reference any specific section of theKKK-A-1 822F document, that is not to be construed that the paragraph is not required forcompliance. However, where specific requirements are spelled out in this specification, theywill supersede those referenced in the KKK-A- 1 822F document.

The bidder shall point out any discrepancies in this specification document that may violateany FMVSS or state government licensing requirements. Failure of a vehicle to be certifieddue to omission or violation of these requirements will be the liability of the vendor.

Does your bid comply with this requirement?Yes ( ) No ()

Page 12: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

2.2 - The purpose of these specifications are to provide a properly constructedremounted emergency vehicle which shall be easily maintained and constructed to a qualitystandard which shall insure maximum service life, level of quality and above all operationalsafety during the provision of emergency care to the general public.

[)oes the bidder recognize this requirement?Yes ( ) No ()

2.3 Contracj - These specifications shall become a part of the final contract, There is nointention to disqualify any bidder who meets the minimum requirements of thesespecifications. It should be noted, however, that this specification is wTitten around specificneeds of the purchaser. As a result, price alone will not be the primary consideration in thefinal hid award. Purchase will be made from the vendor whose bid exhibits and meets allestablished minimum requirements. at the most competitive price.

Does the bidder recognize this requirement’?Yes ( ) No ()

2.4 Compason - Each vendor must comply with the following:

A. In order that an equal and uniform comparison may be made, all bids must be submitted inthe exact chronological format herein outlined on this bid proposal form and signed by anauthorized officer of the bidding company. Bidder’s standard proposal and/or contractdocuments will not be considered in lieu of bid proposal format herein required. Purchaserwill not attempt to decipher various manufacturers proprietary specification documents, etc.in an effort to determine compliance with all items required herein, and to make adetermination if all bidders are bidding equal components and quality.

B. These specifications are intended to provide a common standard to which all vendors shallcomply. For this reason, the bidder must respond to each individual item in the checklist byindicating “Yes” or “No” where indicated. Failure to do so will disqualify the bid.

C. If the bidder is not going to furnish the item exactly as described in these specifications, hemust indicate a deviation even though he may feel he is exceeding what is described. Foreach deviation taken, the bidder must include sufficient data of the intended substitution fora proper evaluation to be made. Terms such as “to the intent of’ will not be acceptable andmay deem the bid unacceptable for evaluation.

Does bidder recognize these requirements?YesONo ()

2.5 Vendors Ability. History & Service Capabilities - Each bidder shall indicate, on a separatesheet, the nature and extent of service capabilities and his ability, experience and history in

Page 13: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

the ambulance industry. Vendors shall be experienced in the supplying and servicing ofsuch highly technical vehicles for a period not less than three years. To verify the vendor’sabilities, a complete list of all ij remounted ambulances delivered by the vendor over thepast twelve months must be included with the bid. This list is to contain the agency name,address, contact and contact telephone number for random verification.

Is this list enclosed with the hid?Yes ()No ()

2.6 Descriptive Materials - Descriptive material such as plans, drawings, photographs,diagrams, illustrations, written descriptions, and manufacturers literature which will enablethe purchaser to determine the exact quality, design, and appearance of the apparatusproposed, shall accompany the bid. All equipment listed, or shown, in the manufacturer’sliterature, drawings, or photographs, and approved by purchaser shall be furnished.

Has the bidder included with information?Yes ( ) No ()

2.7 Complete Remounted Ambulance - This bid is fur a complete remounted ambulance, so faras is outlined herein. No omissions shall be permitted, and ambulance shall be complete,serviced, and ready to use upon delivery. Minor details assumed to be furnished shall beincluded. Lack of a specific reference in these specifications shall not constitute excusefrom such omission from final delivered ambulance.

Does the bidder recognize this requirement?Yes()No ()

2.8 Vendor Liabilities - Successful bidder assumes all liability for patent infringements,trademarks, etc., if any, in construction of the ambulance outlined herein and shall deliverthe ambulance free of all liens. The chassis original manufacturer’s statement of origins,properly assigned to purchaser, shall be furnished upon completion of contract, acceptanceand final payment. Payment will be made promptly after final acceptance. Bidders arecautioned that a certificate of origin from the remounter only is not acceptable. Bidders arerequired to install a Final Stage Manufacturer Sticker in the appropriate location as requiredby Federal Law. In addition, vehicle must be tested and certified in compliance with theelectrical load(s) capacity requirements of National Truck Equipment Association (NTEA)Ambulance Manufacturer’s Division Standard 005 — Ambulance 12 Volt DC ElectricalSystems and proper vehicle sticker attached to unit.

Does the bidder recognize this requirement?Yes()No ()

Page 14: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

2.9 Production Schedule — All bidders must provide a detailed production and delivery schedulewith their bids. Schedule should describe time/dates lbr delivery of chassis to bidder. allphases of production dates, and dates/times East Carroll Parish Ambulance Service canexpect delivery of vehicle.

Does your bid comply with this requirement?Yes( )No()

2.10 — Standard manufacturer’s warranty from the date of acceptance shall warrant thatwork performed under this contract conforms to the contract requirements and is free of anydefect of equipment, material, or workmanship performed by the Bidder/Manufacturer, orany of his subcontractors or suppliers. Under this warranty the Bidder/Manufacturer shallremedy, at his own expense, any such failure to conform or any such defect. Nothing in theabove intends or implies that this warranty shall apply to work arising from damage, abuse,or neglect by the East Carroll Parish Ambulance Service. A copy of Manufacturer’swarranty shall be included with bid.

Does your bid comply with this requirement?Yes () No ( )

2.11 Affidavit of Pending Litigation — Each bidder shall include a notarized affidavit disclosingany pending or anticipated litigation between the Bidder and any other party or parties thatmight affect this contract. Bidder shall also include copies of any litigation of any suit filedagainst them in the past five years and the settlement of said suits.

Does your bid comply with this requirement?Yes()No()

2.12 Bidding Practices:

A. Bids must be held firm for a period of not less than 30 days to permit examination andcomparison, unless otherwise specified.

B. No bid may be withdrawn, modified, or otherwise changed once the bids have been opened.It will be assumed that each bidder has thoroughly and completely familiarized themselveswith these specifications at time of bid. Modifications to a bid, once submitted, will not bepermitted. Simply stated, if any item, feature, option, etc. is not stated in writing in bidder’sproposal, it will not be considered. Bidders are cautioned that verbal or writtenmodifications to already opened bids are neither valid, or considered ethical, and thecomparison and selection of bid award will proceed only from what is stated in bidder’swritten proposal.

C. These specifications have been prepared after due consideration by purchaser and alternate

Page 15: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

bids may not be permitted.

D. Purchaser reserves the right to reject any or all bids, and to determine the proposal deemedin the best interest of purchaser from among those timely and properly submitted, inaccordance with these specifications and the laws of this state. Lowest bid, while a majorconsideration. will not govern the purchase wholly. Bid award will be made from allconsiderations such as quality, conformance with these specifications and completeness ofproposal.

E. By signing this bid, the bidder has agreed to all terms and conditions of this specification,except as noted separately.

F. Pre-Remount Conference - Successful bidder may be required, prior to issuance of a finalcontract, to have a Pre-Remount conference, which can also be classified as a Post-BidConference. Bidder must be present in person to finalize all details and answer any finalquestions purchasing and specification committee may have regarding the bid proposalsubmitted. No contract or authorization to begin construction will be authorized until suchtime as this conference is scheduled, or determined not to be necessary. All necessarymaterials and final drawings required in this contract will be required to be presented at thismeeting, if not required prior to the bid opening.

Due to the complex nature of the vehicle being remounted, and to assure that there is nomisunderstanding as to what is being requested by this agency, each bidder is required toinspect the vehicle prior to bidding. If vendor finds conditions that disagree with thephysical layout as described in this bid, or other features of the specifications that appear tobe in error, same shall be noted on proposal. Failure to do so will be interpreted that the bidis as specified. Failure to visit will cause the bid to be disqualified.

Vendor may contact Mark Turner at çr ohiiecuemsoro to schedule inspection dateand time.

This signed statement certifies that the vendor named below has visited the job site and is familiarwith all conditions surrounding fulfillment of the specifications for this project.

VENDOR’S COMPANY NAME AGENCY’ NAME

VENDOR’S SIGNATURE AGENCY’S SIGNATURE

Does the bidder recognize these requirements?Yes()No()

Page 16: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

2.14 ve Ins ectmn Procedure - Upon arrival, vehicle purchased will be inspected, usingthis specification document, and each and every item and paragraph of the specificationsattached will be checked, line by line, for compliance. No deviations from this specificationwill he permitted unless vendor has submitted such proposed deviation in detailed writingwith this bid proposal and such exceptions are granted.

Does the bidder recognize this requirement?Yes()No ()

2.15 Liability Insurance - Each bidder shall submit proof of Liability Insurance in the amount of$1 .000.000 (one million dollars) with a $25,000,000.00 umbrella form. This insurancemust be currently in force and be good for at least 60 days. If there is an insurance lapseduring the contract the bidder shall be required to show proof of a renewal policy prior topayment. Failure to do so will render bid non-responsive and the bid shall be thrown out.

Does your bid comply with this requirement’?Yes ()No ()

2.16 Warranty- This agency has standardized its fleet for its crew’s safety and ease. Thisstandardization has reduced cost for maintenance and parts availability. In addition thisagency wants to maintain the warranties offered by the original manufacturer of theambulance body, American Emergency Vehicles (AEV). The bidder shall provide a lettersigned by the CEO of AEV stating that they are authorized by AEV as a factoryauthorized remounter. Failure to include this letter will result in the bid being thrown outas non responsive. Furthermore this letter will state that the body warranty will extend anadditional 20 years for this agency. This agency requires a 7 year 70,000 mile mechanicaland Electrical Warranty, 7 year 70,000 mile Standard Paint Warranty, 36,000 mile paintCoating Corrosion Warranty. Copies to be supplied with bid.

Does your bid comply with this requirement?Yes ( ) No ()

2.18 Requirements to Proceed Further- This agency has the responsibility to protect its citizensand its department to have the best ambulance available. To make sure bidders are trulyqualified the remounter must provide the following.

Proof of a Drug Free WorkplaceProof of Ford Motor Company Qualified Vehicle Modifier Program in Good StandingProof of a National Truck and Equipment Association Member in Good StandingProof of a Ambulance Manufacturer Division Member in Good StandingProof of a Independent Lab testing of KKK-A- 1882 Federal Ambulance RequirementsProof that Remounter has Crash tested a similar truckProof of Static Load Test

Page 17: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

STOP DO NOT PROCEED FURTHER. FAILURE TO PROVIDE THEQCUMENTS ABOVE WILL RESULT IN YOUR BID BEiNGTHROWN OUT AS NON RESPONSIVE

SECTION 3- AMBULANCE CONSTRUCTION SPECIFICATIONS

3.1 The fullowing pages outline details regarding the chassis, body and remount requirementsfor the furnishing of a motorized vehicle classified by Federal document KKK-A-l 822F asan11Ambulance.

Does the bidder recognize this requirement?Yes ( ) No ()

3.2 Any section of this hid that does not detail required minimum standards as established byFederal Motor Vehicle Safety Standards (FMVSS) or other safety related standards in effectat the time of manufacture shall be complied with in full.

The ambulance to be remounted is a Type III; Class 1 manufactured by AmericanEmergency Vehicles and is mounted on a 2006-year model Ford E-450 brand chassis.

Does the bidder recognize this requirement?Yes () No ()

3.3 Materials - Materials used in the remount shall be new and not less than the qualityconforming to current engineering and manufacturing practices. Materials shall be free ofdefects and suitable for the service intended.

Does the bidder recognize this requirement?Yes ( ) No ()

3.4 Vehicle Operation, Performance, and Physical Characteristics - The following is adescription of the Cab-Chassis that will meet the minimum requirements of thisspecification and it is expressed as minimums. In addition, the chassis shall comply withparagraphs 3.4 through 3.6.14 of Federal Specification KKK-A-1822F. When specificperformance requirements are specified herein by these specifications, those performancestandards shall prevail over the minimum requirements of the KKK-A- I 822F document, asprovided in paragraph 3.4.1.

Does the bidder recognize this requirement?Yes()No()

Page 18: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

3.6 ufactureç1 Model Year - The Cab-Chassis meeting the requirements of thisspecification is a 2012 Chevrolet G-4500 Dual Rear Wheel Cutaway with a YF2 ambulanceprep package.

Does your hid comply with this requirement?Yes ( ) No ()

3.7 Wheelbase - 159 inches.

I)oes your bid comply with this requirement?Yes()No ()

3.8 G,V.W.R. - Not less than 14,200 lbs.

Does your bid comply with this requirement?Yes ( ) No ()

3.9 Chassis Option YF2 Ambulance Identifier Package.

Does your bid comply with this requirement?Yes ( ) No ()

3.10 Engine — 6.6L Duramax Diesel Turbo with 260 H.P.

Does your bid comply with this requirement?Yes ( ) No ()

3.1 1 Transmission —6 Speed Automatic Heavy Duty.

Does your bid comply with this requirement?Yes ( ) No ()

3.13 Axle Rear -wide track type with 3.73 limited slip.

Does your bid comply with this requirement?Yes ( ) No ()

3.14 Brakes —4 wheel antilock, 4 wheel disc.

Does your bid comply with this requirement?Yes ( ) No ()

Page 19: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

3.1 5 $erig * Power with tilt steering wheel and OEM cruise control.

Does your bid comply with this requirement?Yes ( ) No ()

3.16 Horns (1J05) Dual note electric.

Does your bid comply with this requirement?Yes ( ) No ()

3.17 Batteries - Two (2) heavy-duty Top Post OEM batteries shall be mounted in a modulecompartment designated for batteries. Compartment must be vented and be lockable, noexceptions. Batteries must be on sliding tray, easily assessable for maintenance. It is theresponsibility of the bidder to construct this compartment if unit does not presently haveone.

Does your bid comply with this requirement?Yes ( ) No ()

3.18 Air Conditioning/Heating - Factory installed heater and air conditioner. It shall also beequipped with the (ENC) HVAC Auxiliary Air Conditioner/heater Connector Package.

Does your bid comply with this requirement?Yes ( ) No ()

3.19 Fuel Tank - Minimum 57-gallon capacity. Fuel filler housing shall be a polished aluminumcasting flush mounted on the left side of the body installed to meet minimums as outlined inthe Chassis Manufacturer’s Body Builders Manual. Fuel filling shall not be obstructed bykinked or poor angle of the filler hose. Bidder shall also install a Polished Cast DEE fill onleft side of ambulance body opposite side of wheel from the Diesel fill.

Does your bid comply with this requirement?Yes ( ) No ()

3.20 Wipers - Shall be a minimum of two speeds with pause and intermittent feature, withstandard windshield washer functions.

Does your bid comply with this requirement?Yes()No()

i)

Page 20: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

3.21 — Vehicle shall be equipped with an Exterior Upgrade Package(ZR7) which shall include: Chrome bumpers (V46), chrome grille (V22), dual compositehalogen headlamps.

Does your bid comply with this requirement?Yes()No ()

3.22 — Vehicle shall be equipped with an Interior Upgrade Packagewhich shall include: Full length rubber mat, cloth headliner, cloth door trim panels, dualcaptain’s chairs, cloth sun visors, dash absorber, Light and Convenience Group, full “B”pillar trim, hardboard side/rear door trim panels.

Does your bid comply with this requirement?Yes ( ) No ()

3.23 Wheels - Seven (7) 8 hole 16 x 6.0 steel disc.

The four outer wheels shall have Phoenix or equal stainless steel wheel inserts that matchthe design of OEM wheel with stainless steel hub and lug nut covers. A standard OEMspare wheel with mounted tire shall be supplied with the vehicle that matches the installedwheels and tires.

Does your bid comply with this requirement?Yes ( ) No ()

3.24 Tires - LT225/75R 1 6E black sidewall all season steel belted radials shall be provided andbalanced for smooth operations. A mounted spare wheel and tire shall be provided.

Does your bid comply with this requirement?Yes ( ) No ()

3.25 Paint - Cab paint is to be Summit white code 50U available at time of manufacture.

Does your bid comply with this requirement?Yes ( ) No ()

3.26 Windows/Glass - All chassis windows shall be tinted safety glass.

Does your bid comply with this requirement?Yes ( ) No ()

Page 21: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

3.27 Instrumentation Shall have a full set of gauges that include oil pressure, water temperatureand fuel level.

Does your bid comply with this requirement?Yes ( ) No ()

3.28 Interior - Shall have Medium Pewter Gray color interior package with standard paddeddashboard.

Does your bid comply with this requirement?Yes ()No ()

3.29 Seats - Shall have OEM high back captain’s chairs with armrest, color-coordinated to theinterior of the cab, provided with seatbelts and shoulder harnesses. Bidder is required toensure that seat belts and seats are the original that came with chassis as they arenumerically matched by the manufacturer. The body shall have a minimum 2” recessbehind the cab passenger and drivers seat to allow both seats full travel back into the body.This design shall allow comfortable seating and safe maneuverability for above averagepercentile personnel. It is the responsibility of the bidder to make any modificationnecessary for appropriate seat travel. No exception to this requirement.

Does your bid comply with this requirement?Yes () No ()

3.30 Mirrors - Two (2) Velvac Power mirrors with three point mount. One (1) independentlyadjustable minimum 4” convex mirror shall be bolted to the left and right mirror brackets.

Does your bid comply with this requirement?Yes () No ()

3.31 Convenience Light Group - Cab is to have dome light controlled by headlight/parkingswitch and door operated switches. (Driver and Passenger).

High Intensity Map Light - In addition to above dome light, 2 12 volt Kinnequip LED lightswith red and clear map lights are to be mounted overhead in cab.

Does your bid comply with this requirement?Yes () No ()

3.32 Lights - Vehicle shall have halogen headlights and front, side and rear ICC clearancemarkers. Wiring for taillights with individual brake lights, backup lights, and turn signals onthe kick panel of the rear body. All clearance lights shall have chrome protection shields to

Page 22: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

be Weldon 9186-1500 or equal (No Exception). Each body corner shall have proper body’reflectors. All lights and reflectors shall meet standards as issued in current DOTpublications for truck lights and markings. All ICC lights are to be mounted on the body.No ICC clearance/running lights shall he mounted on chassis.

Does your bid comply with this requirement?Yes () No ()

3.33 Radio - A factory installed (U1C) AM/FM CD Player Stereo radio shall be provided withspeakers in the left and right cab doors.

Does your hid comply with this requirement?Yes ( ) No ()

3.34 - The following are additional requirements the chassismust comply with. The manufacturer is reminded that all sections of KKK-A- 1 822E arerequired, if not specifically addressed in the chassis section of this specification. Ignoranceof the requirements of KKK-A- I 822F is not an excuse for failure to supply saidcomponents. All Lubrication and service categories are required prior to acceptance.

a. Electric power door locksb. Electric power windowsc. Engine Block Heater connected to shoreline

Does your bid comply with this requirement?Yes ()No ()

4.0 ELECTRICAL SYSTEMS AND COMPONENTS

4.1 The complete power distribution system shall be inspected. Any defect parts shall bereplaced with new parts that are equal or superior to parts being replaced

Does your bid comply with this requirement?Yes () No ()

4.2 Electrical System Guidelines - All new wiring shall be minimum GXL or SXL type, hightemperature, cross-link, except where ribbon cable or other types of milliamp type circuitryis utilized. It shall have actual circuit nomenclature heat imprinted a minimum of every six(6) inches on each wire. All wiring shall be color coded as well. All wiring connections areto be made with high quality insulated crimp-on connectors. Any wire of 10 gauge or largerwill have high quality crimp-on connectors and heat shrink tubing to cover the plastic jacketon the wire at least one inch and extend onto the connectors at least one half inch. Allbattery cable used shall be a minimum of 2/0 SGX continuous length that is not spliced.

Page 23: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

All wire in bundles of two (2) or more wires is to be enclosed in high temp plastic loomrated at 400 degree Fahrenheit. Any loom attachments to the frame or body are to be madewith stainless steel rubber insulated J-clips with stainless steel screws and/or bolts.

The use ol’ “Scotch-Lok” or “Scotch Add-A-Splice” or equivalent type connectors isexclusively prohibited.

Does your bid comply with this requirement?Yes () No ()

4.3 Alternator - Shall be OEM Chevrolet supplied dual 145 Amp Alternators.

Does your bid comply with this requirement?Yes ()No ()

4.4 Starting - Vehicles to use OEM chassis starting system with both batteries connected inparallel to prevent damage to starting motor. A Cole Hersee 2484-16 shall be mounted onthe side of the drive?s seat. Use of a battery selector type switch is not permitted. Thisswitch will be between the batteries and all other non-OEM components. Any buss bar tobe used shall be copper. A “Battery ON” indicator lamp shall be provided on the switchpanel. No other functions other than the OEM chassis components, siren and radio system(except where noted elsewhere) shall function when activated, unless the Master Disconnectswitch is activated. When battery switch is in “OFF” position, all OEM components, withthe exception of the keep alive circuit shall be off. Wiring shall conform to proposedaccommodations issued by GSA for KKK-A- 1 822F revision.

Does your bid comply with this requirement?Yes () No ()

4.5 Back Lighting - Back lighting for master front and rear consoles shall only be on when theMaster Disconnect switch is on. All applicable switches shall have an internal pilot light toindicate when the switch is on. The Master Disconnect switch shall be a rocker switch onthe console and shall be lighted when activated. There shall be provided a minimum of 12switches on the console. Master control console labels shall be backlighted with eithergreen or red bulbs.

Does your bid comply with this requirement?Yes() No ()

4.7 RF Shielding - All electronic devices and equipment installed which produce RFI, shallhave the proper filters, suppresser or shielding to prevent electromagnetic radiation and theresultant interference to radios and other medical electronics. There shall be a minimum of

Page 24: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

two (2) new chassis to module body ground cables that are RH braided type. There shallalso be two (2) new additional standard ground straps mounted on the rear of the module tothe chassis.

Does your bid comply with this requirement?Yes ( No ()

4.8 Door Opening Warning Indicators - The electrical system shall incorporate a new warninglight located on the switch panel located on the driver’s console, It shall provide indicatorlights for showing: patient compartment doors, side and rear, are open. A separate lampshall indicate if any of the non-patient compartment entrance doors are open. They shall beintermittently flashing lamps with raised lens. The function shall be indicated on atranslucent legend that shall be backlighted.

Does your bid comply with this requirement?Yes () No ()

4.9 Wiring Installation - The ambulance body and accessory electrical equipment shall beserved by circuits separate and distinct from the vehicle chassis circuits. All wiringprovided by the ambulance remounter shall be copper and conform to all the SAE J1292requirements and shall have GXL or SXL cross linked polyethylene thermoplastic or betterinsulation. Additionally, the wiring shall be permanently color coded to identify majorwiring sections. Use of numbers to identify circuits is not acceptable, except in minoraccessory circuits. If both types of systems are not utilized in the manufacturing process, thebidder shall explain the method proposed and how it aids in troubleshooting or repairs.

SPECIAL NOTICE TO BIDDERS: Wiring codes that are paper or plastic which are gluedor otherwise attached to the wire are not considered by the purchaser to be permanent andwill not be accepted.

The wiring shall be routed in conduit or high temperature looms with a rating of 400degrees Fahrenheit. All added wiring shall be located in accessible, enclosed, and protectedlocations and kept at least six inches away from the exhaust system components. Electricalwiring and components shall not terminate in the oxygen storage compartment, except foroxygen control solenoid (when specified), compartment light, and switch plunger.Additionally, the control devices, solenoids, relays and circuit breakers shall not be locatedin the panel housing the oxygen outlets. Wiring necessarily passing through an oxygencompartment shall be routed in metal conduit or raceway. All conduits, looms, and wiringshall be secured to the body or frame with insulated stainless steel J straps in order toprevent sagging, or other damage. All apertures on the vehicle shall be properly grommetedfor passing wiring and conform to SAE J1292. All items used for protecting or securing thewiring shall be appropriate for the specific application and be standard automotive, aircraft,marine or electronic hardware.

Page 25: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

Does your hid comply with this requirement?Yes () No ()

4.10 Wiring Criteria - All wiring devices, outlets, etc.. except circuit breakers, shall be rated tocarry at least 125% of the maximum ampere load for which the circuit is protected. Thereshall be a main electrical panel located in a separate compartment. It is preferred that thispanel be accessed by a hinged, locking compartment door with minimum of two (2) vents.Circuit breakers, relays, flashers and diodes shall be mounted on this panel. A six-inchservice loop of wire or harness shall be provided at all electrical components, terminals, andconnection points.

Does your bid comply with this requirement?Yes () No ()

4.11 Automatic Idler - Chevrolet O.E.M. The idler shall be incorporated into the current cruisecontrol.

Does your bid comply with this requirement?Yes () No ()

4.12 Ammeter - The electrical system shall incorporate a new digital ammeter which is capableof indicating a current of 200 amperes to or from (charging or discharging) the batteries.The ammeter shall incorporate an external shunt, which does not exceed 300 milli-volts atmaximum current. The ammeter shall show the alternator battery charge or discharge. Theammeter and shunt shall have a combined accuracy of approximately 10 percent of the full-scale reading. The ammeter shall be located in the master control console and must be easilyseen by the driver. It shall be backlighted red in color. The shunt shall be protected againstphysical damage. weather and road spray and shall be mounted in an easily accessiblelocation which shall minimize the length of the power cables. NO EXCEPTIONS.

Does your bid comply with this requirement?Yes () No ()

4.13 Voltmeter - The vehicle shall be equipped with a new digital voltmeter to monitor systemvoltage. The voltmeter connection shall be direct to eliminate erroneous readings fromconnection voltage drops. The voltmeter will be mounted on the master control console nextto the ammeter. It shall be backlighted with red in color. NO EXCEPTIONS.

Does your bid comply with this requirement?Yes () No ()

4.15 Master Console Controls - The drive?s compartment controls shall be located in a new

Page 26: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

vacuumed molded abs console constructed by the original ambulance manufacturer thatmatches the cab interior color scheme. All corners and edges shall be rounded to preventpossible serious injury to personnel. Sharp corners that are not protected shall not beallowed and will be cause for rejection. The control rocker switches shall be locateddirectly to the right of the driver. The switch panel shall be black abs that is machinepunched for switch and legends placement. It shall contain a minimum of 12 switches, anopen door, open compartment door, and battery indicators as well as amp meter andvoltmeter. All legends will indicate functions by being translucent and backlighted with redor green backlighting. The amp meter and voltmeter will not have translucent legends. Thesiren control head shall be flush mounted in the console. This console shall be mounted onthe engine cover, below dash level, with quick releases. The console can not interfere withthe air bag deployment. There shall be additional room for the mounting of radios, biggulps, glove storage or other equipment. The bidder shall give final lay out plans ofadditional console at preconstruction conference.

Does your bid comply with this requirement?Yes () No ()

4.16 Patient Compartment Controls - All switches and controls for the patient compartment,including those for the heat/air unit, shall be located on a service panel in the action area.The panel shall to allow viewing from any part of the patient module. The switches shall beof the same design and construction as found in the drive?s control console. These switchesshall not be activated unless the “Master Module Disconnect” switch in the driver’s consoleis in the “ON” position. The switch panel shall be mounted on a hinged door that allowsaccess behind the panel for service. The entire switch panel in the patient compartmentshall be replaced with a new one. All functions shall have translucent white labels that arebacklit with either red or green bulbs. It shall contain 10 lighted Euro Style rocker switches.

Does your bid comply with this requirement?Yes () No ()

4.17 Marking of Switches, Indicators and Control Devices - All switches, indicators, and controldevices shall employ permanently engraved white into the black switch panel to matchcurrent fleet. Push in translucent labels above or below switch is not permitted. Switcheswith labels permanently attached or not permitted either. Both labeling systems haveinherent issues and this bidder will not accept such The switch panels are to be backlightedwith green or red. It is the remounters responsibility to make sure that all back lightingbulbs are functioning. Decals or other ‘stick on” type labels are not acceptable.

Does your bid comply with this requirement?Yes() No()

4.18 12 Volt Outlets - There shall be two (2) 12 volt outlets provided that meet the requirements

Page 27: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

of KKK-A- I 822E with medical isolator. Bidder is required to make sure these are inproper working order.

Does your bid comply with this requirement?Yes ( ) No ()

4.19 Backup Alarm - A new backup, minimum of 97-db, alarm shall be installed under the rearbody panel out of sight and protected from direct rear wheel splash. The alarm circuit shallincorporate a disable switch on the front console that permits the circuit to be disabled. Thecircuit shall automatically reset to normal operating mode whenever the vehicle is placedback into the “Park” or “Drive” mode. This requirement is mandated to prevent accidentallyleaving the alarm disabled.

I)oes your bid comply with this requirement?Yes ( ) No ()

5.0 120 VOLT AC SYSTEM

5.1 120 Volt AC Utility Power - The vehicle shall be furnished with a 2-wire plus ground 120volt AC wiring system that is separate and distinct from the vehicle’s 12 volt DC wiringsystem(s). The 120-volt AC electrical system, including wiring and associated equipment,shall comply with Article 551 of the National Electrical Code. This system is to be usedwhile the vehicle is on standby for powering maintenance devices, medical equipment,battery chargers, and any other device(s) deemed necessary by the purchaser. The 1 2OVACsystem shall incorporate a ground fault circuit interrupter (GFCT) device and a 15 amperecircuit breaker which can be used as a “Master” 120 volt disconnect switch. The GFCI andcircuit breaker may be an integral unit. There shall be a new power connector installedinput rated at a minimum of 20 amperes with a weatherproof, spring loaded cover locatedon the left front corner of the body, next to the drivers door. It shall be the bidder’sresponsibility to inspect the entire shoreline system and make sure the system is in goodworking order. Any repairs or replacement are the responsibility of the bidder. Theshoreline shall also be connected to the Chassis Block heater.

Does your bid comply with this requirement?Yes()No ()

5.3 Inverter or Generator For On-Board AC Power - The remounter shall supply a Vannermodel 20-1050-CUL-DC 1000 watt power inverter for provision of 12OVAC powerrequirements during transport for specialized medical equipment, neonatal isolettes, and anyspecialized pediatric intensive care equipment. It shall have an automatic transfer relaysupplied that transfers all 1 2OVAC-power outlets from Shoreline power to inverter power.Installation within the cab or patient compartment is not acceptable.

Page 28: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

Does your bid comply with this requirement?Yes () No ()

6.0 VEHICLE LIGFITING REQUIREMENTS

6.1 Side Scene I Sights - Located on the left and right side of the ambulance body will be aminimum of (3) new Whelen 900 series Halogen lights with chrome bezel. A separatelighted rocker switch on the front console, appropriately labeled with backlighted legendswill activate the left and right lights. In addition, the right side light will be automaticallyactivated whenever the right patient compartment door is opened. The lights willincorporate a 15 degree angled light projection. They shall be the same style and brand asthe warning lights.

Does your bid comply with this requirement?Yes () No ()

6.2 Rear Load Lights - Located over the rear patient compartment entrance doors will be two(2) new Whelen 900 Halogen load lights. They shall be activated whenever the rear doorsare opened or when the transmission is in the reverse mode. They shall incorporate a 15degree angled projection. They shall be the same style and brand as the warning lights.

Does your bid comply with this requirement?Yes ( ) No ()

6.3 Spotlight - There will be a new Optronics Blue Eye hand held spotlight provided in the cab,hard wired into the console.

Does your bid comply with this requirement?Yes()No ()

6.4 Emergency & Safety Flashing Lights - The emergency flashing lights shall conform toKKK-A-1822F requirements and flash pattern: Eight (8) 900 Whelen red Super LED lightswith chrome bezels, one on each upper body corner, and one (1) Whelen 600 Super LedCenter amber light with chrome bezel on the upper rear body. Two (2) 700 Red WhelenSuper LED lights shall be installed in the grille. Two (2) 700 Red Whelen Super LEDlights with chrome bezel shall be installed, one on the left and one on the right front fender.The front light bar shall be replaced. The holes shall be welded and body work shall beperformed to give a new like appearance. The front shall contain a total of 7 Whelen 900series Super LED lights 2 red, 4 redlwhite and 1 white with chrome bezels. All warninglights shall be replaced with Whelen Super LEDs. All lens to be clear.

Does your bid comply with this requirement?

Page 29: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

Yes ( ) No ()6 6 Patient Compartmcnt I ighting - I he current dome lights shall be inspected rcplaced if

needed with LED interior overhead dome lights with both high and low intensity settings.Any halogen light shall be replaced with LED’s, These lights shall be dual element LEDand configured to meet the minimum lumen requirements of KKK-A- 1 822F. The circuitryshall peimit operation of either the left or right bank of lights independently. These lightswill lit in current holes of halogen dome lights.

Does your bid comply with this requirement’?Yes ( ) No ()

6.7 Step well Light - Located in the curbside patient compartment step well shall be mountedone (1) new light that automatically activates whenever the side door is opened.

Does your bid comply with this requirement?Yes ( ) No ()

6.8 Tail Lights — The current tail lights on the body shall be replaced with Whelen 600 seriesfull populated LED lights with Chrome flanges. They will include Red Stop Tail Turn,Amber Turn, and White Reverse. The center brake light shall be a Kinnequip LED with aminimum of 15 square inches. It will flash 5 times before going to steady burn.

Does your bid comply with this requirement?Yes ( ) No ()

6.9 Side Marker Lights shall be Whelen Model 2grolBRR Red and shall flash alternately withthe rear turn lights. Both Lights to be red led and meet DOT/FMVSS,

Does your bid comply with this requirement?Yes ()No ()

7.0 CAB-BODY DRIVER COMPARTMENT AND EOUIPMENT

7.1 Engine Access Hood - The engine access hood and cowl will be fitted to preventprecipitation, heat, odors, and noise from entering the interior of the cab and body. OEMinsulation shall not be removed in any way. Latching mechanism access and hold opendevices will not be altered. No option or appliance shall hinder access to releasemechanisms.

Does your bid comply with this requirement?Yes () No ()

Page 30: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

7.2 Cab to Body Pass-Through - The passageway shall be provided with a sliding door that canbe latched from the cab side. The protection bumper pads shall be installed above the dooron the cab and body side.

Does your bid comply with this requirement?Yes ( ) No ()

7.3 Seatbelts - The manufacturer of the chassis shall provide seatbelt and shoulder harnesscombinations for the driver and passenger seat in the cab of the vehicle. They may not bealtered or substituted in any form. All belts shall be anchored to the chassis with grade 8bolts and torqued to specifications provided by the chassis manufacturer for FMVSSrequirements.

Does your bid comply with this requirement?Yes () No ()

7.4 Rear Step Bumper Assembly - There shall be a new rear step bumper installed to meet thefollowing specifications. The rear bumper and step shall be a high quality, single pieceassembly. There shall be a minimum 1/2” inch clearance between the bumper and the rearbody panel. The entire assembly must be designed for simple replacement should it becomedamaged, bolted to the chassis frame in a minimum of four points. Under no circumstanceswill welding of the assembly to the chassis be acceptable. The frame shall be constructed of3” x 1” steel tubing in a box configuration for strength and durability and covered with.125” polished aluminum diamond plate. The center section will be provided with a flip-upaluminum open grate to meet requirements of KKK-A- 1 822F.

Does your bid comply with this requirement?Yes () No ()

7.5 Cab Entrance Running Boards - There will be a set of .125” bright aluminum tread platerunning boards installed on the left and right, full length from the cab wheel well opening tothe ambulance body. The outer edges shall be machine formed and/or rolled to eliminateany sharp edges. The front section will flare up and provide protection as a stone guard. Asan additional protection to the modular body, there will be provided contour bright treadplate stone guards on the front corners of the body. attached as an integral part of therunning boards.

Does your bid comply with this requirement?Yes() No ()

8.0 VEHICLE BODY AND PATIENT AREA

Page 31: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

8.1 Body, General Construction - It is the intentions of these specifications to require that theambulance module body be free of any defi.cts and in a like new condition. It shall be theresponsibility of the rernounter to inspect the body and framing for structural defects andrepair them, including all sub-frame members. No rivets, screws, or other fasteners will beused for the attachment of any structural member or sheets.

Does your bid comply with this requirement?Yes () No ()

8.2 Vehicle Body Structure - All parts of the ambulance body, as specified in paragraph 3.10.6of Federal Specification KKK-A-l 822F. shall, where applicable, be of all weldedconstruction. Where fasteners are used in such areas as hinge attachment, hardwareattachment, etc.. the fasteners shall be of aluminum or stainless steel, depending of thestructural strength requirement. Any stainless steel hinges, rub rails or plates shall havebarrier tape applied before installation prior to mounting.

Does your bid comply with this requirement?Yes ( ) No ()

8.3 Drip Rails/Moldings - All drip moldings over compartment and entrance doors shall beremoved and are to be replaced with new polished aluminum type. Installation of thesemoldings shall be such that will allow replacement, but not be attached by welding, screwsor rivets.

Does your bid comply with this requirement?Yes () No ()

8.4 Rub Rails - The vehicle will be provided with rub rails. The rails will be attached withstainless steel screws and be spaced away from the body with 3/32” thick nylon washers toprevent accumulation of salt or other road debris. They shall extend from the front of thebody to the wheel well opening and from the rear of the wheel well opening to the rear ofthe body panel.

Does your bid comply with this requirement?Yes () No ()

8.5 Body Mounting -

The body shall be mounted onto the chassis according to GM Body Builders book. Theattachment shall be by grade 8 5/8” bolts through the rubber body grommets furnished byChevrolet. A rubber gasket shall be applied to the back of the cab. The cab shall be boltedto the body with a minimum of 12 grade 8 ¼” bolts. The minimum torque requirement will

Page 32: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

be45ft/lb.

Does your bid comply with this requirement?Yes () No ()

8.6 Door Hinges -

Clean and polish old hinges, replacing any damaged hinges, bolts, rivets, etc. as needed.

Does your bid comply with this requirement?Yes () No ()

8.7 Door Latches and Hardware - All opening and locking hardware for the patientcompartment doors and exterior compartment doors will be cleaned, polished, lubricatedand checked for proper working order. Any latch or hardware not working properly shall bereplaced with new hardware only. Patient Compartment doors shall have all rotary doorlocks and striker pins replaced, no exceptions. All door latches, hinges and hardware willcomply with the requirements of FMVSS 206. All rubber gaskets on all exteriorcompartment doors shall be replaced with OEM gasket from the manufacturer. All moduleentrance door step wells shall have applied a pressure sensitive non-skid waterproofmaterial, black in color. It shall be made of tough and hard mineral grains coated intoextremely durable backing materials. The pressure sensitive adhesive shall be of very highholding strength and prevent sliding, buckling and peeling.

Does your bid comply with this requirement?Yes () No ()

8.8 Door Hold Open Devices - The side patient module door and all exterior doors (spine boarddoor may be exempted) must have all door hold open devices inspected and replaced ifdamaged. The door hold opens will be replaced with the equivalent gas shock that is on theunit. New Cast Products grabber door hold opens with replaceable rubber inserts arerequired on the rear doors and, when applicable, on the spine board compartment door.

Does your bid comply with this requirement?Yes() No ()

8.9 Door and Entrance Handles - All door and entrance handles shall be cleaned and polish.Bidder is required to make sure that handle is securely fastened to doorframe or cabinets.Any defective handles are to be replaced with new ones.

Does your bid comply with this requirement?Yes () No ()

Page 33: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

8.10 Fenderettes The current rear lènderettes shall be removed beftre painting. They shall becleaned and polished and given a new like appearance beibre reinstalling. ‘[he will hereplaced with new AEV fenderettes to match current fleet if damaged.

Does your bid comply with this requirement?Yes () No ()

8.11 Patient Compartment Module Windows - Located in the curbside and two rear entrancedoors shall be windows set in extruded aluminum framing. Each window shall be fittedwith neoprene rubber seals and be environmentally tight. The glass will be automotivesafety. tempered and tinted type. Windows are to be removed for painting, cleaned andpolished to give a like new appearance. Prior to reinstalling, windows and seals are to bechecked and any defective parts replaced.

Does your bid comply with this requirement?Yes () No ()

8.12 Exterior Compartment Doors - The exterior compartment doors will be inspected fordefects or damage, including latching and lock hardware and hinges. They shall beremoved prior to repainting body. The exterior compartment doorsills shall be covered with.013 thick adhesive backed textured vinyl, black in color. All Diamond Plate door panelsshall be replaced with new.

Does your bid comply with this requirement?Yes () No ()

9.0 PATIENT COMPARTMENT INTERIOR DESIGN

9.1 Interior Surfaces - Any interior modifications of the patient compartment will be free of allsharp projections. Exposed edges and corners will be broken with a radius, chamfered orwill be covered with radius trim. Action Areas are preformed counter solid surfaces andshall be buffed to new like appearance.

Does your bid comply with this requirement?Yes() No()

9.3 Interior Storage Accommodations-

Any modifications to interior cabinets shall be ofplywood with plastic laminate construction. All interior door skins shall be replaced withnew diamond plate. The padded middle section of patient compartment doors shall bereplaced with reflective material used in striping the outside of vehicle.

Does your bid comply with this requirement?Yes () No ()

Page 34: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

9.4 - All storage cabinets shall be easily opened, but will notcome open in transit. Where specified, the storage cabinets will have shatterproof Plexiglasdoors set in extruded anodized aluminum frame. Framing, where utilized, will be 360degrees to permit the Plexiglas to lock into place when closed. The glass track will havereplaceable neoprene and felt inserts. To access opening the Plexiglas sliding doors,aluminum or equal extruded full-length finger pulls shall he provided welded on the outerend of each section of Plexiglas.

l)oes your bid comply with this requirement?Yes () No ()

9.5 Adjustability of Cabinet Shelving - If specified interior medicine cabinets shall be providedwith specified number of adjustable shelving. The front bulkhead interior/exterior accessadjustable shelving will be provided with heavy-duty type “Uni-Strut” “C” channel typebrackets for universal adjustment capability and excessive weight carrying capability.

i)oes your bid comply with this requirement?Yes () No ()

9.6 Floor - The interior floor shall be recovered with Lonpiate II 424 dark gray. Lon platecommercial inlaid sheet vinyl. The floor covering shall be rolled up the sidewalls aminimum of 3 to facilitate easier cleaning and sanitation. A sample of flooring to be usedshall be included with bid. Vendor shall replace on the side entrance and rear entrance doorfloors satin finish stainless steel protection plates extending back onto the floor a minimumof 3”.

Does your bid comply with this requirement?Yes () No ()

9.7 Upholstery - All upholstery in the module shall be removed from the body. The upholsteryseating shall be replaced with new seamless EVS. All new upholstery shall be installedmeeting FMVSS requirements. Upholstery shall be heavy automotive grade. The net at theend of the squad bench shall be replaced with new.

Does your bid comply with this requirement?Yes () No ()

9.9 Attendant Seat - There shall be a EVS high back captains chair type attendant seat with armrests provided at the head of the primary cot. The seat shall be anchored through the floorwith reinforcement plates for bolting. There shall be a minimum of four grade 8 boltssecuring the seat base to the floor for crash-worthiness. The seat shall be covered withhigh-grade commercial vinyl matching the color of all other vinyl used for trim within the

Page 35: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

ambulance. It shall have the three point seat belts with automotive type housed retractorsshall be install and anchored to meet the same standards as above.

Does your bid comply with this requirement?Yes () No ()

10.0 UEESiJPPORTEIPMENI

10.1 Oxygen Compartment The oxygen compartment shall store the main oxygen tank, allowrapid and easy access to the oxygen tank securing devices and provide for simple tankreplacement without the use of tools. The securing straps and brackets will be certified tomeet all KKK-A- I 822F crashworthiness requirements and DOT gas cylinder restrainingdevices requirements. The oxygen restraint system shall be replaced if it does not meetcurrent specifications. The cylinder will be secured as described in the interior descriptionparagraph. The cylinder size shall be T’M”.

Does your bid comply with this requirement?Yes () No ()

10.5 Patient Cot Fastener - There will be a new Stryker Rugged cot fastener system, model 6377Floor-Mount System installed for the customer specified cot model. It will be tested toKKK-A- 1 822F standards for crashworthiness and reinforced through the floor with stressdistributing plates on the underside.

Does your bid comply with these requirements?Yes () No ()

11.0 ENVIRONMENTAL SYSTEMS

11.1 Air Conditioner/Heater - A new air conditioner/heater unit shall be installed in the modularunit. The unit shall be mounted in its original location and connected to the ducted system.All return air received into this compartment must be from the patient compartment. Thiscompartment must be totally sealed from all exterior walls. Furthermore the return air ventgrille must be replaced if damaged or scratched.

A bottom mount external condenser shall be installed under the passenger side step well ofthe modular. It shall increase the cooling capacity of the rear evaporator.

Does your bid comply with these requirements?Yes () No ()

11.2 Thermostat Temperature Control - The entire system shall be operated from the action areawall console. An onloff switch shall be installed on the switch panel. Temperature controls

Page 36: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

shall he accomplished through a thermostat on the wall that will automatically maintain aconstant compartment temperature from both heating and cooling modes by setting thedesired thermostat temperature range.

Does your bid comply with these requirements?Yes ( ) No ( )

11.3 Air Conditioning and Heater Hoses - Due to past system failures, the use of hose clamps onair conditioning high-pressure hoses will not be permitted on this contract. Machine pressOEM type connectors only will be permitted. All heater hoses shall be EpomfNomex, asrequired by Chevrolet. No Exception.

Does your bid comply with these requirements?Yes () No ()

12.0 WARNING SYSTEM & RADIO PROVISIONS

12.1 Siren — The current Whelen Sirens shall be inspected. If there is any damage it shall bereplaced or repaired by Whelen. There will he a horni’siren switch located on the console.

Does your bid comply with these requirements?Yes () No ()

12.2 Speakers - There will be two (2) Cast Products 100-watt speakers mounted in the bumper,one on the left and one on the right side of center front license plate.

Does your bid comply with these requirements?Yes () No ()

12.3 Radio Provisions - The vehicle will be equipped with pre-wiring and circuits for connectionof EMS radio transmitters. This circuit will be plainly identified on the electrical panel orcompartment where the radio transmitter is designed to be mounted. Wiring to theconnection terminal will not be less than 10 GA.

Does your bid comply with these requirements?Yes () No ()

. L Si .

. ai. thuS:. eseC(:.i•. .

shall be a Whelen Howler siren with amplifier and dual drivers. There shall be custom bracketry as needed toaccommodate the chassis application.

Yes () No ()

Page 37: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

13.0 EXTERIOR FINISH

13.1 Paint Preparation - At a minimum, all hardware including but not limited to door hardware,hinges, handles. stops, emergency lighting, drip rails, and all diamond plating shall beremoved from the body. After the body has been fully stripped the body shall be completelywashed with soap and water to remove all metal oils and other foreign agents from metalsurface and pores. The entire body will be checked for any defects or body damage. Anycracks or holes shall be welded closed and ground smooth prior to applying body filler. Thecomplete body shall then be DA sanded to remove any gloss.

The initial primer surface shall be an etching type that penetrates into the metal pores tocreate a recommended top-bonding surface. This primer shall then be completely sandedand a topcoat of final finish primer applied. The topcoat primer shall be allowed to air dryfor a minimum of 8 hours at a minimum of 72 degrees F and then final finish sanded. Twofinal top coats of primer shall then be applied and allowed to air dry for 24 hours at aminimum of 72 degrees F and then fine sanded in preparation for color coating. The colorcoating of acrylic polyurethane paint shall be applied with two coats.

All doors and other removable hardware and accessories that require painting shall bepainted separately from the apparatus body and installed individually after drying. Allsurfaces behind all hardware shall be painted. No Exception. The remounter shall providecertification from the paint manufacturer showing that employees are trained to use theirproducts.

Does your bid comply with this requirement?Yes () No ( )

13.2 Paint Design/Color - The body shall be painted Chevrolet Summit White and the paint anddecal scheme shall match the current Fleet.

Does your bid comply with this requirement?Yes () No ()

13.5 Lettering - The unit shall match the current fleet scheme. Pictures should be taken atinspection time.

Does your bid comply with this requirement?Yes () No ()

13.6 Safety Labels - Bidder shall install in cab and in body No Smoking Signs and Fasten SeatBelts.

Page 38: MOBILE COUNTY COMMISSION · 2012-06-18 · MOBILE COUNTY COMMISSION 205 Government Street Mobile, Alabama 36644 P0 BOX 1443 Mobile, AL 36633 BID INVITATION NO. 34-12 June 12, 2012

Does your bid comply with this requirement?Yes () No ()

14.0 OPTIONS AND LOOSE EQUIPMENT REQUIREMENTS -

14.1 Mud flaps — Heavy-duty rubber rear mud flaps shall be installed per manufacturer’sinstructions.

Does your bid comply with this requirement?Yes ( ) No ()