RES 1997-1214 - Purchase of ambulances from Taylor Made Ambulances •
ofWf
�'� - l� ,' Fire Department
� �► �> 1516 Jackson Street
Omaha,Nebraska 68102-3110
® F2 � ( " (402)444-5700
°'` y - • ` "�` FAX(402)444-6378
OFD FEBRJr�� j_rt1 c L.''`''.If+ Thomas J.Graeve
City of Omaha 1,ir'1 i�irt. 'tit.. a,,A`7.
Fire Chief
Hal Daub,Mayor
Honorable President
and Members of the City Council,
Submitted herewith for your consideration is a Resolution authorizing the Omaha Fire
Department of the City of Omaha to purchase two rescue ambulances. Bids were
received on June 26, 1996.
VENDOR TOTAL BID/EACH
Taylor Made Ambulances $ 77,307.00
Amtech Emergency $ 85,352.00
Southern Ambulance $ 86,654.00
Taylor Made bid a 1997 Ford Superduty Type-1 which meets Omaha Fire Department
specifications in all areas. I recommend accepting the bid in the amount of$77,307
each, a total of $154,614 for two, from Taylor Made Ambulances as the lowest and best
bid submitted.
Amtech Emergency and Southern Ambulance have been given an opportunity to
respond to our inquiries regarding price changes from the 1996 bid. The Omaha Fire
Department did not receive any response from either company indicating any price
changes.
The Omaha Fire Department needs to purchase the ambulances as expeditiously as
possible in order to maintain an acceptable level of available medic units.
At the present time we are short on the number of medic units in our fleet. On April 25,
1997, the Fire Department lost the use of one ambulance due to it being involved in a
collision with a speeding car. The ambulance sustained extensive damage and is a
total loss. Taylor Made Ambulance has agreed to extend their previous contract at the
same price and agrees to delivery in 45 working days. This would allow the Omaha
Fire Department to replenish our fleet to acceptable levels.
Funds for the purchase have been appropriated in the 1997 Fire Department Fund 001,
Agency 131, Object 4800.
DRUG USE n
IS
ABUSE
• _u;,
Omaha City Council
Page 2
The contractor has on file a current Annual Contract Compliance Report Form (CC-1).
The Human Relations Director will monitor the contractor to ensure compliance with the
Contract Compliance Ordinance.
I respectfully request your approval of the attached resolution authorizing the purchase
of two modular rescue ambulances from Taylor Made Ambulances in the total amount
of $ $154,614.
Sincerely, Approved:
- e,"'AiL(/tt- -- 6/461
Tom Graeve - Date 6.4 a ��'Y 9Fire Chief Georg y , uman Relations Director--Date
Approved as to funding: Referred to City Council for consideration:
6-244e.A44-). 5/R/97 2
•uis D'Er le, Acting Finance Director--Date Mayors Office/Ti to
TG:pp
APR 30 '97 02 55PM CITY OF OMAHA PURCH 402 444 5423 p =+ o P
.4 "'.... ...
itl
.I...;j1
"4 .... g i $. f ci) c
0.
_, > -, m _
< -
� m � 9 n
ci
c ;) c 0
m_ , H A It
co 2
co () $ n iiii‘iik. mCAop 0ipy T7O C
v z on
rn o b tv -
in m = 4
rn
v m
m
' r.
. T�
' i t -0 ctzy q.- r t- c
— z
. o 0 ,. ...•••• .•:•.•:.. .. ::,,.::...,,,... .. ., ,
o 4 — m
„ k4
0 .....:•,.:." ......::::.:,..:,,,.:.,:::::::::„..:,:::::„:„..,..„....:,•::.:,.,..„.:.:..„..„,„.„...:::::..;,,...:
,,,,,::„. ......,.....:.......,.........:....,. ......... .....
..0c ..
•••.... •.••... ..,...•......„...„.. ..:,.......
...
. ,
. • . .. ..,, ,..„....„.....:..........•••......:4...... .... .
...::.: ,....„.„:„.„,,,,,,,,,,.,,,,:,,:„„:„......:„.„.,,,..::;:.,.„,:„.„,:,.,.:,,...„:,
. ... 41 ;'• ..‘. :::x.:::. .,...
it -- •
M1�;:
r i
3 .7.-.4 i..:i.;:::: ::',.::..:..,..:':'":.,..::.::::.:::....:T'i.:.:::::::!::::;!Z.-::: .:::;0 ::.'':.i:?:V-
. . - �: rn
8
`a._ -0 xi c
z
t
v , 1
-° c
mz ..:.,.,...„...:. :::,::;...:.:q,.........:.: ......:,::.::.,.:;....:..... .::::...:::,":.:,... . .
z ,
•...:.. . .• •••••.••• .. ,•• ......... ......._4.. ....„.
.........•::...•.. .:,..,..„......:. ....:.:.. ..„.....„.......:.,.. .
...
........
...
..:
.. •• .. ......,..........,,.:.. ,.: . ......... :.,....„,,:.,.............
. ..., ,
, ,
, .
'...-:.: ..::.:--..'..-..:-..i, ..:.•-•• .:,..,....,•-:::,:,....•:-:.•
„.:.:::.........?-,::::,.:•:....,.:-..J.:,::•,.„.....• : ..„... :::,,,..,:.-::. :.:::•:•
, ,
..
..: , ,. •...... .:.:.,........ • .... , .:..:. .:. :•.•:
....
... •. ..,.. :......... .....,.::.,..•. ..... .
_ .
. " .:.•.. •• ......
•
1
I.
� z
APR 30 '97 02:56PM CITY OF OMAHA PURCH 402 444 5423 P.5
CITY OF OMAHA P.B.
REQUEST FOR BID AND BID SHEET
ON RESCUE AMBULANCE
FROM: G.L.Tomberlin kt„Aut,
"1/114
City Purchasing Agent
. 1003 Omalla-Douglas Civic Ce.nter NOT AN ORDER Page 1 of 3 Pages
�. 1819 Farnam Street
Omaha,Nebraska 68183-0011 + •
BID'BOND OR CERTIFI D CHECK REQUIRED IN THE
AMOUNT OF 5% IF THE TOTAL AMOUNT
FOR THE ITEMS OFFS: ED IS$20,000 OR MORE
Bid Closing Date
11:00A.M. une 26, 1996
'IMPORTANT 4.If Federal Excise Tex applies show amount of same and deduct.
Exemption oertificates will be umished. Do not include tmr In bid.
1. Bid must be In the office of the CITY CLERK LC-1, OMAHA-DOUGLAS
CIVIC CENTER,1819 Famam Street,Omet a,NE 68183.0011 by the 5.Bt0 MUST INCLUDE ANY C LIVERY OR SHIPPING CHARGES.
closing data and time indicated,In sealed err'elope marked BID ON 6.When submitting bid on kern listed,bidder may on a separate sheet,
ItISCUE AMBULANCE make suggestions covering r auction in costs wherever this Is
2. As evidence of good faith a bid band or oertlf aid check must be possible through redesign,ci onge of material or utilization of standard
submitted with bid. FAILURE TO DO SO IS::AUSE FOR REJECTION. Items or quantity change.
3. RigM Is reserved to accept or reject any oral bids In their entirety and 7.if you do not desire to bid,re ,m sheets with reasons for declining.
the bidders shall have the right to appeal any'3ecislon to the City Failure to do so will indicate ur desire to be removed from our
Council. Right is also reserved to accept or i eject any part of your bid mailing list. If you desire a c py of tabulation check( J.
unless otherwise indicated by you. Please do not call for this !formation.
Quote your lowest price, beat delivery and terms,F.O.B.delivery point on th+ Items(s)listed below:
QUANTITY DESCRIPTION UNl 'PRICE EXTENSION
1 each Type I,Class I,walk through Modular Rescue Vehicle per
specifications, 18 pa les and drawings, 3 pages,dated
May 1996.
MAKE& MODEL C;t IIASSlS OFFERED
MAKE& MODEL BC,DY OFFERED
BID $ _
Two coolsg of propo'fat and full descriptive Information to
accompany the bid. Any governmental specification exceeding
those contained hen in shall prevail; any and all exceptions to
specifications must t e noted on the attached"Exceptions to
Specifications"shee .
If bidders awarded a contract in the amount of•;5,000 or more must comply with the Contract Compliance Ordina .:e and have on file with the Human
!lotions Department the Annual Contract Corn hence Report(Form CC-1).This report shall be In effect for 12 rrr dhs from the date received by the
uman Relations Department.Any questions re larding the Contract Compliance Ordinance should be directed to t Jntract Compliance Officers Rita
ademer at(402)444-5067 or Tony Acosta at i:102)444-5053;however,please refer any questions regarding the :EOUEST FOR BID or
?ECIFICATION8 directly to the Purchasing Di uartment(402)444-3400 or as shown on bid.
(Pleat•e Print Legibly or Type)
lyment Terms 96 'irrr> Incorporated in
e.oiivery(or completion) 'flame Sign; ure
—
•
calendar days following award rule Phone _ . Fax
Address
HP-8B (94) Street/P.O.Box City state ' (L
APR 30 '97 02:57PM CITY-OF OMAHA PURCH 402 444 5423 P.6
►�
CITY OF OMAHA
REQUEST FOR BIDS
ON RESCUE AMBULANCE '
NOT AN ORDER Page 2 of 3 Pages
JANTITY DESCRIPTION U. IT PRICE EXTENSION'.
The following books an :I manuals will be required. Price to be
included in vehicle price
Manuals for Chassis anti Body:
6-Operations Manuals
3-Maintenance Manua 4
3 -Repair Manuals
• 3-Parts Manuals
3-Diagnostic Testing N,snuals
Questions to B/C Aivars Keruzls (402) 444-5737,
Price to be firm through final delivery.
City will retain 10% of all invoices until manuals are delivered.
NOTE: REOUIREMEN7 FOR BID BOND.
The surety company is using said bond should be licensed by
the State of Nebraska i rid listed on the current edition of Circular
570 of the United State a Department of the Treasury.
•
><LL COPIES Firm
By Title
PH-8C (91) CONTINUATION SHEET (17`.•
444 5423
{, APR;3O '97 02:58PM CITY OF OMAHA PURCH 402 444 5423 P. 1
SQUAD SPECIFICATIONS
(CHASSIS)
INTENT
These specifications are for the design and performance criteria
the City of Omaha deems essential for a Type I, class I, Walk-
through, Modular Fescue Squad. This squad is dei .ined as a
vehicle for emergency medical care which provide: a driver
compartment and a patient compartment to accommocate an emergency
medical techniciar and two litter patients, so positioned that at
least one patient can be given advanced life supj rt (paramedic)
treatment during transportation.
CJ ASSI$,
Shall be a New 1996 Ford Model, Super Duty 15,00c GVW, 2 wheel
drive, wide tract rear axle, dual wheel cab and czassis with
ambulance preparation package.
WHEEL BASE
Minimum of 158.0" , 84 inch cab to axle.
=an
Shall be at least 7 . 3 litre turbo V-8 diesel 180 1.p. at 3300
R.P.M.
ELECTRIC TUTT.IE
Provide and install a "OEM" high idle by Ford wits ambulance prep
package with the fallowing functions:
1 . Charge P.7otection
2 . Fixed Sped RPM Control
3 . Manual R 'M Control
APR 30 '97 02:58PM CITY OF OMAHA PURCH 402 444 5423 P.2
• F
•
SQUAD SPECIFICATIONS
(CHASSIS)
INTENT
These specifications are for the design and perfa mance criteria
the City of Omaha deems essential for a Type I , C ass I , Walk-
through, Modular Rescue Squad. This squad is def ned as a
vehicle for emergency medical care which provides a driver •
compartment and a patient compartment to accommodate an emergency
medical technician and two litter patients, so pcsitioned that at
least one ,patient can be given advanced life support (paramedic)
treatment during transportation.
CRA SIS
Shall be a New 1996 Ford Model , Super Duty 15, 000 GVW, 2 wheel
drive, wide tract raar axle, dual wheel cab and classis with
ambulance preparati : n package.
WHEEL BASE
Minimum of 158 .0" , t4 inch cab to axle.
Z3GINE
Shall be at least 7 3 litre turbo v-8 diesel 180 1 .p. at 3300
R.P.M.
ELECTRIC THROTTT
Provide and install a "OEM" high idle by Ford witt ambulance prep
package with the fa: .lowing functions :
1 . Charge Protection
2 . Fixed Speed RPM Control
3 . Manual RPN Control
,41
CO
APR 30 '97 02:58PM CITY OF OMAHA PURCH 402 444 5423 P.3
Squad Specific4.tions
May 1996
Page 2
ZNGINE HOUR METER •
Provide a Hobbs or equal 2-1/2" 1000 hour mete ' - dash mounted.
TRAM, ISSIO}
Shall be heavy iuty 4-speed automatic overdrive with heavy duty
auxiliary cooler;, mounted in an area to supply ample cooling.
COOLING SYaTEK
Shall be heavy :iuty radiator and cooling fan t at are designed
for use in an a .r conditioned vehicle.
STET,$INP
Power steering, heavy duty. Tilt wheel .
AB =
Shall be hydrau:..ic power assist with disc type front and rear
drum type with Einti-lock.
Heavy duty, double acting front and rear RV sh< cks. Also provide
front and rear Ftabilizer bars .
k'RONT st1SPENSIO/
The front axle shall have a capacity of 5000 113.
APR 30 '97 02:59PM CITY OF OMAHA PURCH 402 444 5423 P.4
Squad Specif icatio•is
May 1996
Page 3
REAR AXL.Z •
•
The rear axle and two (2) rear springs shall have an 11, 000 lb
combined rating. ixle ratio shall be 4 :10 : 1 limited slip.
TIRES
Seven all season steel belted radial tires . Spar tire to be
mounted on an extra wheel .
Alaglal= T'AACTICN DEVICE
Install "Rud" Rotocrip III automatic chain system or equal on
rear wheels. Switch to be located on drivers side of dash.
biaIRNATOR
A 215 amp Mitsubishi alternator with external vol. age regulator
shall be provided as part of ambulance prep packat e by Ford.
'. X ETC$
A new battery switcl shall be installed in the ne! chassis to
activate both batteies simultaneously per KKK-18; 8 requirements.
HIRER '
Two speed, interval operation.
QOQB MIRRORS
Two chrome low prof. .le (one each door) with bolt-cn style convex
mirror. Mirror extitnsions shall provide clear vita in all
directions and prov: .de adequate rear vision arounc squad
compartments .
•UlaTALIE
Shall be standard, ii.anufacturer supplied.
BACK-UP ALARM
Shall be electrical with shut-off switch.
`�. %�')
APR 30 '97 02:59PM CITY OF OMPHA PURCH 402 444 5423 P.5
Squad Specifications
May 1996
Page 4
PUSH BAR
Heavy duty push bar, black, custom fit to the ront bumper and
bolted to frame .
RUST PROQFING
Chassis and cab shall be undercoated with Zieb rt undercoating.
RUNNING BOARDS
Shall be extruded or tread brite aluminum, mou. ted on each side
of the cab.
KINDOW. GLAs4
Provide tinted ti.afety glass in all windows.
AIR BAGS
Provide driver end passenger side air bags.
Shall be O.E.M. high output type.
AIR cQNDITIQNZNS,
The cab shall hove a heavy duty factory instal. ed air
conditioner. Ar evaporator and compressor wit' all plumbing,
etc. , for operating a dual cab and patient comjartment air
conditioning system, per specifications outlin( a in body module
section.
A.C..
There shall be a 115 volt minimum 15 amp recesfsd, covered male
exterior weatherproof shore line receptacle mot :zted immediately
ahead of the driver's door on the left side of the vehicle.
INTERIOR
Rubber floor covering, vinyl covered bucket tyt :? seats, arm.rests
on both doors , aid dual sunvisors. Interior ccLor shall be tan.
, .>
APR 30 '97 03.00PM CITY OF OMAHA PORCH 402 444 5423 P.6 .
Squad specificaticins
May 1996
Page 5
ELECTRICAL CON
SOLF
Install new dash console with Transportation Safety stainless
steel panel complete with new ammeter/voltmeter f ,nd new emergency
switches. There sWaall be lighted engraved plast: c labels
controlled by the _rheostat on the headlamp switcl . The top of
the panel shall be covered with vinyl in a please t color to
match the new cab ::hassis interior. The new dasl console must be
firmly attached to the new cab chassis dash easi: ie accessible to
the driver and attandant. switches in the dash console must be
of a low amperage :_ype connected directly to the sigh amperage
relays designed fo7 DC high amperage loads. New aacklit switches
shall be installed to operate existing electrical equipment and
any upgraded equipment as outlined in these specifications.
LIGHT BAR
One (1) Federal mo0el 25RQL aero-twinsonic light )ar with two ( 2 )
TCL-1 clearing ligl':ts mounted on front of module. Cover shall
consist of candy striped red, white and blue lens .'s.
ELXCTRONIC SIREN
There shall be an Electronic siren with a minimum 200 watt output
and a permanently vired noise cancelling micropho le. This siren
should be capable et producing the siren tones phL.ser, wail ,
yelp, and hi-lo. The siren shall be a Federal PA 300 or equal.
The siren shall be wired to two (2) Whelen 100 wart speaker
strobe light combiration units that are to be moulted on the push
bar. This system will function through both the .orn ring and
manually at the siren control head.
Head lights shall have fast alternating flasher, ' ig wag pattern
which will be switched at dash electrical panel .
Five (5) amber lights mounted on roof of cab.
Two (2) map lights, action wall and cab dash moun. ed.
Two (2) white flashing strobe intersection lights each side of
front fenders.
,APR 30 '97 03:00PM CITY OF OMAHA PURCH 402 444 5423 P•7
Squad Specifical::ions
May 1996
Page 6
L g= continued •
Two (2) Federal Model #CF-F with red lens, moulted on rear, upper
corners.
Two (2) blue fleshing strobe lights at rear, Tcmmar or equal.
Two (2) blue fleshing strobe lights at front, lop of modular box
on each side, Tcmar or equal.
Two (2) Federal Model #CF-F with clear lens, mcanted on front,
upper corners.
Four (4) 6-inch halogen red flashing sealed been lights mounted
on each side on the corners.
Two (2) scene lights with halogen bulbs, one mounted on each side
of the module near the roof line.
Two (2) flood lights mounted above rear entry c :Dors and activated
when doors are cpened.
One (1) handheld spotlight, 200,000 candle power;, with a
momentary "on" switch, mounting hook and permanently wired in
driver's compartment.
BATTERYDATSZELJZIWICLER
In stall furnished battery charger connected tc 110VAC utility
power. The system shall be permanently mounter in a protected
and ventilated location.
ADD2aNIUMVAL_JIMIWEEL
Provide the six (6) year, 100 ,000 mile Ford exianded service plan
"premium" warranty.
K 1822 COMPLIb ICE
This vehicle shall comply with the latest amencaent of Federal
Ambulance Specifications KKK-A-1822 and all apiLicable Federal
Motor Vehicle Safety Standards in effect at the date of
manufacture.
APR 30 '97 03:01PM CITY OF OMAHA PURCH 402 444 5423 P.8
•
•
Squad Specifications
May 1996
Page 7
NODULAR BODY
PATIENT MPARTMENT
Body width shall be 94 inches.
Body length - 144 i. tches.
Interior height - mi.nimum 66 to 68" inches.
Distance between ac ::ion wall and patient bench - 4 '3 inches
minimum.
DC" CQNATRUCTIOK
The only body desigis considered will be those cot tructed of
marine grade aluminum . 125 minimum thickness. The structural
framing shall be of the same material. No body cc +astruction
incorporating the use of aluminum sheets over a sie_el frame or
any other combinati : n of dissimilar metals which lay result in a
cathodic reaction will be accepted. The roof mus be able to
pass a 12,000 lb. ltad test. Body skin must be r: veted or
welded. Screws or Flue are not acceptable. Body shall be
mounted to frame in a minimum of eight (8) places using heavy
duty brackets. The body shall not be welded to tie frame at any
point. Neoprene pals are to be installed on top 1f each bracket
to prevent metal-to -metal contact.
dopy FLQo$
Sub floor shall be aluminum; flanged for strength and
electronically welded to the substructure. Body lour shall be
3/4 inch minimum ma7ine grade plywood. Sub floor shall be coated
with a heavy application of automotive undercoati. g before
plywood floor is laLd to make floor waterproof an sound
deadening. Interio,: finish flooring shall be one piece, heavy
duty, no wax, nonskid vinyl and coved at least 4 nches at edges.
-4411
,111
APR 30 '97 03:01PM CITY OF OMAHA PURCH 402 444 5423 P.9
Squad Specifications
May 1996
Page 8
BODY , D DOOR 112MATIQK
walls, doors, and ceiling shall be insulated, i .inimum R-11
rating.
ENTRY DOQRS
The curb side er.trance door shall be approximately 32" wide and
66" high, hingec on the forward side of the doc .r. poor shall
incorporate one piece construction, insulated Ind have a
stainless steel inside panel. This door shall have an overhead,
over center hold open device.
The two rear doors shall be of the same constriction as the side
door with a minimum clear opening of 52 inches wide x 58 inches
high. Both reaz and side doors should be capalle of being opened
from the inside when locked from the outside. Each door shall be
properly weathez sealed and have an open door t :arning device
located in driv4r's compartment. All door heac -ers shall be
padded for safety. Curd side entrance door shill have a window
equipped to oper with aluminum screen. Rear entrance door shall
have fixed windcws. All doors shall be providc3 with full length
piano type stair..less steel hinges, with alumintin center pin of
not less than 1/ 4" diameter secured with stain: ess steel bolts
and nuts. Rear doors shall have a positive action door stop with
hold open featuse that will not extend into the access area.
DOOR I. KS
Side, rear entry and outside compartment doors of module to be
lockable and keyed alike.
DOOR LATCHL
All door latches shall be stainless steel rece: sed Double D type
ring with double catch and shall be standard of all compartment
doors.
EXTERIOR COMPARZ MEILTZ
All compartmentdoors are to be constructed of the same material
as the rest of the body with full length piano type stainless
steel hinges with a minimum center pin 'of not . ess than 1/4 inch
diameter installed with stainless steel bolts ; nd nuts. All
street and curb side compartment and entry doors shall be hinged
(701
APR 30 '97 03:02PM CITY OF OMAHA PURCH 402 444 5423 P. 10
Squad Specifications
May 1996
Page 9
OT2RIOR COMP_ARTMEN ra - continued
toward front of vehicle. A single point "0" ring slam type
safety key lock system shall be installed. All doors will be
weather stripped fcc water tightness . Cleveland oor springs
shall be installed to keep doors from striking th body. (Chains
not acceptable. ) Each compartment is to be equip ed with a dome
light with automatic door switch and a door open rarning light on
the driver's console.
The following compartments shall be provided:
One (1) street side compartment SO"H x 14"W x 20" ) near front
corner of module capable of storing a 7 inch diarter "J" size
oxygen bottle. The "J" bottle shall have a minimum of two (2)
separate quick chai.ge restraints securely attachel to the body
frame to firmly hod the bottle in place under a ..oad impact test
of 20 G's. A hingcd, rubber sealed, plexiglass '.. ..ndow shall be
provided in the pal .ient compartment side of the c ibinet to
provide the attendlint access to and immediate vies of the oxygen
pressure regulator This compartment shall have in oxygen relief
valve vented to th1° outside
the
vehicle.
tank val� 3estal or shut off evenraised
floor shall be pros�'ided to raise oxygen
with access window
One (1) approximat ply 42"H x 32 1/2"W x 18"D, sti set side in
front of wheel wel.... Install one triple oxygen ( size D) bottle
holder, cast alumi.ium with velcro straps on from wall.
One (1) 24"1.1 x 30"'4 x 16"D street side in back o- wheel well,
with adjustable sh al.f . •
One . ( 1) curb side ::ompartment at front of patien compartment
measuring approximately 62"H x 24"W x 28"D with , fear opening.
This ...will have two adjustable shelves . This Com artment will
have complete access from the inside of the pati nt compa
rtme
One (1) 30"H x 36" a x 18"D curb side rear of whe .1 well , with
adjustable shelf .
One (1) top left rear 40"H x 9"w x 80"D with clezr door opening
of 40"H x 14" W tc store full length backboards rith a shelf set
back a minimum of 8" from opening, dividing the :ompartment in
half, top and bottom. This compartment must all .)w for storage of
a minimum of 3 Ircn Duck Ultralight Backboards c i bottom shelf.
APR 30 '97 03:02PM CITY OF OMAHA PURCH 402 444 5423 P. 11
Squad Specifics• dons
May 1996
Page 10
MATTING •
All exterior compartment bottoms shall be cove: ed with Mateflex
or dura deck matting.
.
DRIP RAIL
An aluminum drips molding shall be installed ar, und the top of the
entire vehicle. In addition, there shall be a, uminum drip rails
over all compartment and entrance doors.
WAR SUP HUMP;, '
A 10" aluminum tread plate with open grate in enter shall be
installed on reE:r of body under rear doors. T, protrude no more
or no less than 9 1/2" from back of body outwa. d.
MUD SHIELDS
Heavy duty rear mud flaps shall be provided.
WHEEL ELL.
Separate rolled full radius inner liners are t• be installed in
rear wheel well .
INTERIOR WAILS
The .ceilings and walls shall be lined with a m terial that
enables easy c1 aping and upkeep. Formed ABS r fiberglass is
not acceptable.
�N�'ERIQR _CABINE' nZ
Shall be constrri.eted of 3/4 inch exterior grad : plywood laminated
on both sides wth formica. All cabinet doors shall be 1/4 inch
clear Lexan, opc rating in felt lined aluminum •racks. Provisions
for adjusting sl.elves in cabinets over 12 inches high should be
provided. All i•ertical outside corners and pr )truding edges of
overhead storagc are to be capped with •aluminuk moldings.
111111111111
P. 12
R 30 '97 03:03PM CITY OF OMAHA PURCH 402 444 5423-
AP
Squad 9pecif ication3
May 1996
Page 11
•
DRUG COMPARTMENT
A lockable cabinet with two ( 2) duplicate keys sh 11 be provided
and do not duplicate stamped on keys .
SQUAD BENCJI
The squad bench shall be constructed of 3/4 inch arine plywood.
A hinged bench lid with ratchet type hold open deice shall be
provided to gain ac.�ess to storage area under bench. Retractable
seat belts are required for three ( 3 ) seated pati 'nts and for
securing a backboard. The back rest shall be a 2" high support
and the length of tench seat with bottom of back •est to be 14"
above top of padded bench seat. The back and ben :!h shall be foam
padded and covered with a heavy duty naugahyde. A padded arm
rest shall be installed at head end of bench.
kTTENDANT SEAT
A high back adjustable captain's chair covered wi ::h heavy duty
vinyl with seat belt and retractor shall be mount :ld as close to
the action wall as possible to allow maximum clearance in the
walk through betweEn cab and body.
CPR SEAT
Provide a vinyl covered seat with safety belt, ar .i located on
action wall side, vinimum 10" deep with 1 1/2 " Iadding.
GRAE_RAILS
Two ( 2) overhead a:,sist rails at least 60 inches in length
securely fastened 1 •o the ceiling shall be providc .1. All
protrusions from the ceiling compartment are to le padded.
One (1) over patient cot area and one (1) over scuad bench.
VENTTLATQRA
. shall
Apower exhaust ve:ttiZator with a minim
um 250 C.. .M. rating
xhau
be installed in th. ! modular body. The operating switch is to be
mounted in the area of heater and AC cohtrols.
APR 30 '97 03:03PM CITY OF OMAHA PURCH 402 444 5423 P.13
•
Squad Specifica•;:ions
May 1996
Page 12
aIR_ CONDITIONER
There shall be combination heater and air co: ditioning unit
installed ovencoad controlled by a wall mounte thermostat, a
Heat/Air condit..oner selector switch, and a three speed fan
switch with a p:..lot light on the patient compa. tment control
panel. The unit:: will produce a minimum of 32, 00 BTU heat and
20 ,000 BTU cool:..ng capacity and have an intern l coolant shut-off
valve.
DER
The patient compartment shall have an auxiliar. hot water heater
with controls mounted in same console as light switches. The
hoses running tc: the heater shall be silicone ype and have
positive inline shut-offs.
�IRIN�
All wiring to bo heavy duty insulated cable co forming to SAE
J1291, J1127 , a2:.d J1128 requirements. Wire sh 11 be of a gauge
size to carry 1;!5% of the current require with ut overheating.
All wires are to be color coded and stamped ov r four (4) inches
with the function of the circuit. An exact wi ing diagram shall
be furnished. facsimile will not be accepte ..
115 3OLT-INTERN!$
The patient compartment shall be furnished wit . two ( 2) 3-wire
grounded duplex 115 V 15 amp AC receptacle. T .e receptacle shall
be labeled and provided with a red indicator 1 .mp indicating a
live (hot) circii,it. One receptacle shall be 1Icated on vertical
primary patient action wall. The other recept .cle shall be
located high on the back wall of compartment #
Z6TIE T CQMARS !EENZ_LigiS
Provide and insl:all 115 Volt AC fluorescent lights, two banks of
continuous ligh1::s, one over patient cot, one o ,er bench.
Separate switchos shall be provided on attends it console. The
light circuit shall be energized when the squat is plugged into
the AC power and when the vehicle is running a :Ld unplugged from
AC power, to en:rure adequate lighting inside c ' patient
compartment. The bench lights shall be activated by door jamb
switches . Separate dimmer switches shill be p -ovided on
attendant's con:;ole.
APR 30 '97 03:04PM CITY OF OMAHA PURCH 402 444 5423 P. 14
Squad Specifications
May 1996
Page 13
RADIO PHQNE_ ZUW. .1
Two (2) radio phone jacks , (1) at action wall and 1) at curbside
inside wall next to side exit door and below bench seat cabinets.
4/ITENNA WIRItG
Three RG58U coaxial cables shall be installed in r ,iof area of
patient compartment. One (1) starting at the actin wall and
extending to the rocf and terminating in the roof approximately
12 inches in from tre front and side of body. Two (2) starting
in center of roof ar proximately 12" and 130" respe :tfully from
rear of module and extending to cab and terminatinH at heater
controls with 36" eicess cable. Inside access ports shall be
provided at antenna areas.
ciRc TIT PROTECTION
All circuits shall rave terminal type automatic re :et breakers
suitable to demand.
2 V MANGERS
Provide four ( 4) log silhouette ceiling mount hangirs in the
following locations:
Primary cot - above patient's head and abdomen.
Squad bench - above patient's head and abdomen.
Curbside - wall mounted at patient's head area wits valcro holder
to secure bag.
Streetside -- wall n.ounted at patients head area ' i.th valcro
holder to secure bac .
Haamr MANAGEMEJ
A large sharps container will be mounted under the action wall
shelf. Access to container will be from a door ccrered opening
in the wall under tt.e action shelf. No chute is t :) be used. A
small sharps container will be mounted under the t .n-ward bench
seat. Access to this will be from a door covered :)pening in the
wall under the benct, seat.
J
APR 30 '97 03:04PM CITY OF OMAHA PURCH 402 444 5423 P. 15
Squad Specifications
May 1996
Page 14
COT BRACKET
Shall be a Ferric Washington Model #175-4 stretcter mount with two
position setting .
aTI IIPN PUMP
Shall be Impact 'yodel #303 Aspirator with holdiIg tank and
adapters.
M G!'N 6.X2=a
All oxygen conne:tions shall be NCG quick-relea ,e type. A total
of four (4) outlats shall be provided: one (1) !all outlet above
head of the aquaT:i bench; three ( 3 ) located on tie primary action
wall; (two (2) aiijacent to the head of cot area and one (1)
located towards :aiddle of cot area. )
NO SMOKING guy,
Provide two (2) 'No Smoking" signs, one in the Jatient
compartment and i:me in driver's compartment.
PROTECTOR PLATE
There shall be tiro protector plates located on ront corners of
ambulance body tc! protect paint from front "whe 1 wash" . These
plates are to be constructed of 1/8" tread plat ' aluminum of 12"
high by 10" long
UNDZEggAliag
Entire body under structure to be Ziebart underc .ated after being
mounted on chass'.s.
QD
mommm
APR 30 '97 03:05PM CITY OF OMAHA PURCH 402 444 5423 P. 16
Squad Specifications •
May 1996
Page 15
DECALS
Install the following:
Front of hood - over the cab "OMAHA FIRE/RE: CUE"
On sides of p:itient module - 10 inch "OMAHA FIRE &
RESCUE, " with a centered 16 inch "Star of L: .re, "
emblem.
On the rear - Six inch "Fire/Rescue" or "File and
Rescue" below windows on doors , one, 10 inct "Star of
Life" emblems below rear warning lights .
"Star of Life" emb .ems shall comply with latest l .aderal IQX
specifications . 34 brand #580-85 Scotchlite blacc reflective
material shall be •.ised for specified lettering.
Provide two ( 2) se ,:s of 8" black reflective numbs , shipped
loose, and numbers determined at later date .
PAINT
Two color urethane enamel with hardener.
Upper portion: PPS:: Urethane No. 82019 (cream)
Lower portion: PP,4 Urethane No. 81485 (yellow)
An 8" orange scotc:Ilite stripe with 1/4" black reflective pin
stripe shall encir:ae the entire cab and patient nodule.
ADDITIpNAL EOUI1 (I
1 - 88001 Laedal compact suction unit.
1 - 88200 Soft case:: for compact suction.
2 - 1604 Pelican c:.tse w/padded dividers .
3 - Iron Duck Ultr:t-Lac backboards .
1 - Ferno Washingt4::n Model 35A cot.
1 - Ferno Washingt( 'n infectious disease control ( vt pad 451-M
with infectiou:4 disease mattress bag.
1 - Ferno Washirigtc:n /1078 chair stretcher.
1-1
'� l L. 1
• APR 30 '97 03:05PM CITY OF OMAHA PURCH 402 444 5423 P. 17
Squad Specifications
May 1996
Page 16
ADTIONA10 EOC?TPM II - continued
1 - Ferno Washington pedi-pal child restraint #: 22.
CEI OLE REPAIR PA ITZ
Successful bidder shall provide a list of the manufacturer's
version of recommended parts inventory requirements prior to
delivery of vehicLe(s) .
TRAUPORTT,TIoN
Provide one (1) t.: ip to the plant for two ( 2) F re Department
representatives f )r a per-delivery inspection. Che cost to be
incurred by the bidder.
DEATC,NGa
Bidders shall pro ,►ida drawing of exterior and izterior cabinets,
and floor plan.
•
'APR 30 '97 03:05PM CITY OF OMAHA PURCH 402 444 5423 P. 18
i
Squad Specificalions
May 1996
Page 16
ADDITIONAL FQTJ1 - continued
1 - Ferny Washirgton pedi-pal child restraint } 222.
VEHIC .E R .P IR_I ARTS
Successful bidder shall provide a list of the xanufacturer's
version of recommended parts inventory require! ants prior to
delivery of vehicle(s) .
TRA gPORTAI oN
Provide one ( 1) trip to the plant for two (2) Eire Department
representatives for a per-delivery inspection. The cost to be
incurred by the bidder.
DR3WINGS
Bidders shall provide drawing of exterior and j :.Iterior cabinets,
and floor plan.
•
•
,:,• �
c.•,w
;1 •
APR 30 '97 03:06PM CITY OF OMAHA PURCH 402 444 5423 P. 19
. .
, .
•
. _
I .
I i
I - 0
,
it ,....-,
•••i I .
1 . .
I ----I ...- ....
7
r
., . I 1 1
, S
I; i \
.. 1
I -6-1 1 • 1.1.--,
.,.._.
u j 71 L
, .
, = 1
u .. i 1
! 1
!-- • . • 1 1
• v) N. N 1
1
1
...___;
i
i
] \ 71 .\ \
,
.
,
\ \ \
\ \ \
.. , . . ....
,.... ..
.....„..,„,
(1.....,--...
APR 30 '97 03:06PM CITY OF OMAHA PURCH 402 444 5423 P.20
11
L-1 \
CZ
•
CU ctm
N a
u-)
(-)
1
•
•
• I
1• _
________
r----
QD
APR 30 '97 03:06PM CITY OF OMAHA PURCH 402 444 5423 P.21
S•4 t,
FRONT °` a•r 641 •
all 1 iv 0.;
r .y
•
67
•
89
• .. ... ,
., •
1 .---,
• 0 u-
- O. I
I
.". ,...
cc
0 W rs.
/.... C 0 1
1%- '-- 4 1 I
C.)
O 0 C' C
0
o 2
.f4 (
/4- l" ErN "................ I
0. 0,
0 ...I f'... 1...
0 W Z
0 ...,,
,...,
0 ,..
LU s...
tia..1 0 4...
cr‘ Z di
111 u_ C • VI
. R. e1.4,:- ,,,,:, "5. ,'' ,.„::., z..- .S.,:•..' :'-'- ; - si.:,,::;,,' a 1-,t 'AZ. I
. al t ...1 ,
1.11 z E
2 0
a Co
z 2 ,4,... CC r.•,,
0 ...g
>- ..„ Lf, >
. ,..4.,.. _.<7....g
•
z ...7 ---*:
La , I-
•
O 4-„, z . ...
P-
%... -01
R *-- co IN. a) ..._ •C
•-•t..) ,.....,
Z ..." I ;.-': )1...- r.', .
o 1...) a) ,.., a 13-
La :F. 0
...- 1%- a. . 2 0 I
1 ....
*-
2 _I
2 <
8 I—
I P.-
PN- '
.....
VI C_ ten
f•_ IQ 10 ;
t LL1
,.-- -....)
F _
.... ...... ;7.....„ a 1—
I 0 .....
o -.., ..-.
CL
IT, 18 I
....) .:. '-..‘: ,..- .....‘
0- i -.7 ...._ ‘...•
r., 4,..: e•-• I.,, CC E
O or C... 4" 4.....• Z "E
w f..,- ...
w 2 ;4 rs. 0 •-.1. I
-V
cc z ....- 4 a_ ,.. .,.. • o
1 0 ..
E b.- gm
tu t' z.:,0
r-: ..1-
...J 0 = i.-: Z '.
CI) co < 0
0
< Lu :..., = C I I =
a
2
.....
0 .., i- -.._
..... .. ,....; -...r. 1.....
IN. t....,.‘ 4.3
Z La ir , , C. •', < i 1 - . -
a_ cc ,...
DJ -a (:"J
...) 3- e.e. r". 1....., r.."'"* 1. '44 =
-4- — .1" -.,... sq.
C X s''' L:`.. Lii 4-
1 •11(
.....
:.
I
-,
:1-: 75
'.`r
...di .0...1 S. .1
4.0-,
... '.. S... t.:
U.. X a.
<
, --
ci.
2 —
0
— .-•.•...•1•4•
.
zC L._
3 -
Lr.."...
C.:
1 ..
r.
LL - r- — — 2 .. e. ( .0 ]
— a.?...- ...... 0 d d I-
CJ 0 c;•,' or 0 I-- z E
La a_ D
> -±
;;-- z
. ... -1 •
00
C
•1
C
•
c-25Ax CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebr 19
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids have been received and opened in 1996 for the purchase of one
rescue ambulance,for Omaha Fire Department use, in accordance with the attached specifications;
and,
WHEREAS, Taylor Made Ambulances submitted the lowest and best bid, in the
amount of $77,307.00, and has recently agreed to extend such bid price to two such rescue
ambulances for delivery this year within 45 days of placing an order; and,
WHEREAS,the contractor has on file a current Annual Contract Compliance Report
Form(CC-1)and the Human Relations Director will monitor the contract to ensure compliance with
the Contract Compliance Ordinance.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the 1996 bid of Taylor Made Ambulances for the purchase of one rescue
ambulance,in the amount of$77,307.00,extended for 1997 for two identical units for delivery in 45
days, is accepted as the lowest and best bid meeting all of the specifications, and the Purchasing
Agent is directed to issue a purchase order in accordance with such specifications in the total amount
of$154,614.00, said sum to be paid from the 1997 Fire Department Fund No. 001, Agency 131,
Object No. 4800.
APPROVED AS TO FORM:
ANT CITY ATTORNEY
P:\LAW\6089.SKZ
By ;„. �°�
Councilmember
Adopted MAY - 6 tle)e;= 64/71'997
ity Cle
Approved
Mayor
� o � CD a.
!t! g Ilikk:
o a oo0 a. = `c z
•
•
S -"\-s,\ , ccr 5. P
0 ;:.1. 6' fa. f
n ,zw o
,iS 14,
NI: \
-...,...A
r