55
Ford Chassis 1 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification LEGAL NOTICE BID # 19-12-2210LE THE NAVAJO NATION DEPARTMENT OF EMERGENCY MEDICAL SERVICE HEREBY REQUEST FOR SEALED BIDS FROM LICENSED AMBULANCE MANUFACTURERS FOR: Fourteen (14) Type I Ambulances 2020 Ford F-350 XLT, Regular Cab, 4x4 Diesel BIDS MUST BE PROPERLY IDENTIFIED WITH RETURN ADDRESS AND RECEIVED AT: THE NAVAJO NATION PURCHASING SERVICE DEPARTMENT POST OFFICE BOX 3150, WINDOW ROCK, ARIZONA 86515 TELEPHONE: (928) 871-6316 FOR INFORMATION ON SPECIFICATIONS CONTACT: THE NAVAJO NATION DEPARTMENT OF EMERGENCY MEDICAL SERVICE JOSHUA STAGO, EMT SUPERVISOR (928) 289-6120 TIMOTHY HICKS, EMT SUPERVISOR (505) 786-5899 DALE JENSEN, EMT SUPERVISOR (928) 672-3017

LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 1 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

LEGAL NOTICE BID # 19-12-2210LE

THE NAVAJO NATION DEPARTMENT OF EMERGENCY MEDICAL

SERVICE HEREBY REQUEST FOR SEALED BIDS FROM LICENSED

AMBULANCE MANUFACTURERS FOR:

Fourteen (14) Type I Ambulances 2020 Ford F-350 XLT, Regular Cab, 4x4 Diesel

BIDS MUST BE PROPERLY IDENTIFIED WITH RETURN ADDRESS

AND RECEIVED AT:

THE NAVAJO NATION PURCHASING SERVICE DEPARTMENT POST OFFICE BOX 3150, WINDOW ROCK, ARIZONA 86515

TELEPHONE: (928) 871-6316

FOR INFORMATION ON SPECIFICATIONS CONTACT:

THE NAVAJO NATION DEPARTMENT OF EMERGENCY MEDICAL SERVICE

JOSHUA STAGO, EMT SUPERVISOR (928) 289-6120 TIMOTHY HICKS, EMT SUPERVISOR (505) 786-5899 DALE JENSEN, EMT SUPERVISOR (928) 672-3017

Page 2: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 2 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

REQUEST FOR PROPOSALS BID # 19-12-2210LE

PROPOSAL DUE DATE : December 27, 2019 DESCRIPTION : FOURTEEN (14) TYPE I AMBULANCES CONTACT PERSON : Mr. Henry Wallace, Director

DEPARTMENT OF EMERGENCY MEDICAL SERVICE DIVISION OF PUBLIC SAFETY TELEPHONE NO. (928) 871-6410 Mr. Joshua Stago, EMT Supervisor WINSLOW FIELD OFFICE

DEPARTMENT OF EMERGENCY MEDICAL SERVICE DIVISION OF PUBLIC SAFETY TELEPHONE NO. (928) 289-6120 EMAIL: [email protected] RETURN ALL RESPONSES TO : DELIVER TO : THE NAVAJO NATION PURCHASING SERVICES DEPARTMENT 1st Floor, Administration Building #1 WINDOW ROCK, ARIZONA 86515 ATTN: Ms. Lorita Etsitty TELEPHONE NO. (928) 871-6317 MAIL TO : THE NAVAJO NATION PURCHASING SERVICE DEPARTMENT POST OFFICE BOX 3150 WINDOW ROCK, ARIZONA 86515 ATTN: Ms. Lorita Etsitty TELEPHONE NO. (928) 871-6317

*NOTE: THE BID NUMBER AND THE VENDOR MUST BE INDICATED ON THE OUTSIDE OF THE PACKAGE.

SECTION I INFORMATION ONLY NO RESPONSE TO THIS SECTION IS REQUIRED A. ISSUING OFFICE: This request for Proposals (RFP) is issued by the Purchasing Services Department

of the Navajo Nation, P.O. Box 3150, Window Rock, Arizona 86515

Page 3: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 3 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

B. PURPOSE: This RFP provides prospective respondents with sufficient information to enable them to prepare and submit proposals for consideration.

C. SCOPE: This RFP contains the instructions governing the proposals to be submitted and material to be

included therein; mandatory requirements which must be met to be eligible for consideration; and other requirements to be met by each proposal.

D. SCHEDULE OF ACTIVITIES: DEADLINE:

1. Public Advertisement December 6 - 20, 2019 2. Prospective respondents inquire deadline December 20, 2019 @ 5:00 pm MST

(No questions accepted after this date) Inquiries and questions will be answered at any time prior to this date. Questions to this RFP may be verbal or in writing.

3. Due date for proposal December 27, 2019 @ 5:00 pm MST

4. Opening of proposals and evaluation December 30, 2019

5. Award date for contract (Recommendation for Selection) December 30, 2019 E. INQUIRIES: Prospective respondents may make telephone or written inquiries concerning this RFP to

obtain clarification of requirements. No inquiries will be accepted after the inquiry deadline listed in Section D. Mailed inquiries are to be addressed to:

THE NAVAJO NATION

PURCHASING SERVICES DEPARTMENT POST OFFICE BOX 3150

WINDOW ROCK, ARIZONA 86515 ATTN: Ms. Lorita Etsitty

TELEPHONE (928) 871-6317

F. ADDENDUM OF SUPPLEMENT TO THIS REQUEST FOR PROPOSALS: In the event that it becomes

necessary to revise any part of this RFP, an addendum will be issued. G. PROPOSALS SUBMISSION: Bidders who are mailing their proposals should allow sufficient time for

mail delivery to insure receipt by the time specified. It is recommended they be sent by certified mail to the address indicated on the cover sheet of this RFP.

H. THREE (3) COPIES OF PROPOSALS ARE REQUIRED: (including the original) and should be delivered in a sealed envelope; also include the name and address of the individual or firm submitting the proposal.

I. LATE RECEIPT OF PROPOSALS: Late proposals will not be accepted. It is the responsibility of the

bidder to ensure the proposal arrives in the Purchasing Services department prior to the date and time specified.

Page 4: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 4 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

J. REJECTION OF PROPOSALS: The Purchasing Services Department reserves the right to reject any

or all proposals and to waive informalities and minor irregularities in proposals received. K. PROPRIETARY INFORMATION: Any restriction on the use of data contained within any proposals must

be clearly stated in the proposal itself. Proprietary information submitted in response to this RFP will be handled in accordance with applicable purchasing procedures. Each and every page of the proprietary material must be labeled or identified with the word “proprietary”.

L. RESPONSE MATERIAL OWNERSHIP: All material submitted regarding this RFP shall become the

property of the Navajo Nation and will not be returned to the bidder. Responses received will be retained in file and may be reviewed by any person after final selection has been made, subject to Paragraph K above. The Purchasing Services Department has the right to use any or all system ideas presented in reply to this RFP, subject to limitations outlined in paragraph K above. Disqualification or non-selection of a bidder or bid does not eliminate this right.

M. INCURRING COSTS: The Navajo Nation Purchasing Service Department is not liable for any cost

incurred by the bidders prior to issuance of an agreement, contract and/or purchase order. N. ACCEPTANCE OF PROPOSAL CONTENT: The contents of the proposal of the successful bidder will

become contractual obligations if acquisition action ensues. Failure of the successful bidder to accept these obligations in a purchase agreement, purchase order, delivery order or similar acquisition instrument may result in cancellation of the award and such bidder may be removed from future solicitations. The Navajo Nation Purchasing Services Department reserves the right to pursue appropriate legal action in the above set of circumstances.

O. EVALUATION PROCEDURES AND CRITERIA:

1. General Procedures:

a. An ad hoc committee will judge the merit proposals received in accordance with the criteria defined herein.

b. Failure of a bidder to provide any information requested in this RFP may result in disqualification

of the proposal. All proposals must be endorsed with the signature of a responsible official having the authority to bind the offeror or to the execution of the proposal.

c. The sole objective of the ad hoc committee will be to select the bidder whose proposal is most

responsive to the Navajo Nation Purchasing Services Department. The specifications within this RFP represent the minimum performance necessary for response. On the basis of the evaluation criteria established in this RFP, the ad hoc committee will select and recommend the bidder who best meets this objective.

d. Evaluation Criteria: The following criteria will be used by the ad hoc committee in the selecting

process for contract award. The technical proposal factors will be rated on a scale of 10-100 with weight relations as stated below:

Page 5: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 5 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

Technical Proposal Factors: Points: Completeness of the proposal 20

Manufacturing and Delivery schedule 15

Primary manufacturer's demonstrated capabilities and qualifications 10

Primary manufacturer's past performance on similar Bid Proposals 10

Primary manufacturer's maintainability and recommendations 10

Primary manufacturers logistical and service support 10

Cost 25 TOTAL: 100

P. STANDARD CONTRACT: The Navajo Nation reserves the right to incorporate standard contract

provision into any contract negotiations as a result of a proposal submitted in response to this RFP. Q. RETURN OF PROPOSALS: The Navajo Nation has no obligation to return any proposal received in

response to this RFP. R. GOVERNING LAW: This procurement and any agreement with offerors that may result shall be

governed by the laws of the Navajo Nation.

S. ALTERNATE PROPOSALS: Alternate proposals will not be accepted and will be deemed non-responsive.

SECTION II

PROPOSAL FORMAT AND ORGANIZATION A. NUMBER OF COPIES

Proposer shall provide three (3) identical copies of the proposal to the location specified for the submission of proposals in Section I, Paragraph H, on or before the closing date and time for receipt of proposal.

B. PROPOSAL FORMAT

All proposals must be typewritten on standard 8.5 x 11 paper (larger paper is permissible for charts, spreadsheets, etc.) and placed within a binder with tabs delineating each section, as necessary. 1. Proposal Organization

Page 6: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 6 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

The proposal must be organized and indexed in the following format and must contain as minimum all list items in the sequence indicated.

a. Table of Contents b. Letter of Transmittal c. Bid Proposal d. Response to the Bid Specifications e. Exceptions & Clarifications f. Drawings g. Warranties h. Professional References i. Copy of certifications, insurance, testing j. Appendix (if needed)

Any proposal that does not adhere to these requirements may be deemed non-responsive and rejected on that basis. Proposer may attach other materials which they feel may improve the quality of their response. However, the material should be included as items in the appendix.

2. Letter of Transmittal

Each proposal must be accompanied by a letter of transmittal. The letter of transmittal must:

a. Identify the submitting organization with a brief description; b. Identify the name and title of the person authorized to contractually obligate the

organization; c. Identify the name, title and telephone number of the person authorized to negotiate the

contract on behalf of the organization; d. Identify the names, title and telephone numbers of person to be contacted for clarification; e. Be signed by the person authorized to contractually obligate the organization; and

Acknowledge receipt of any and all amendments to the RFP.

Page 7: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 7 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

DETAILED SPECIFICATIONS

FOR

SAFETY DESIGN AMBULANCE

THE NAVAJO NATION

WINDOW ROCK, ARIZONA

0.01 It is the intent of these specifications to secure an emergency vehicle constructed to

withstand the severe and continuous use encountered during emergency service.

COMPLY YES____ NO____

0.02 The emergency vehicle shall be the latest type, carefully designed and constructed with

due consideration to the nature and distribution of the load to be sustained. Bidder is

required to provide weights of similar vehicles for comparison.

1. Vehicle Type Year______________

Body Length

Unloaded Weights:

Front: Left _____________________ Right_____________________

Rear: Left _____________________ Right_____________________

Total Curb Weight

Owner of Vehicle

Contact Person

2. Vehicle Type Year______________

Body Length

Unloaded Weights:

Front: Left _____________________ Right_____________________

Rear: Left _____________________ Right_____________________

Total Curb Weight

Owner of Vehicle

Contact Person

3. Vehicle Type Year______________

Body Length

Unloaded Weights:

Front: Left _____________________ Right_____________________

Rear: Left _____________________ Right_____________________

Total Curb Weight

Owner of Vehicle

Contact Person

Page 8: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 8 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

0.03 These specifications detail the requirements for general design criteria of engine,

transmission, electrical, body, painting, and equipment. In evaluating the bid proposals to

determine which proposal is the most advantageous, these major items shall be

considered:

1. Conformity to the Specifications.

2. Bidders past performance with this and other agencies.

3. Manufacturers past performance with this and other agencies.

4. Bidders ability to service vehicles for this agency.

5. Cost of vehicles after adjustments for exceptions taken.

COMPLY YES____ NO____

0.04 Emergency vehicle and equipment must meet the specific requirements and the intent of

the requirements as specified herein. All items of these specifications shall conform to the

character of the proposed emergency vehicle and the purpose for which it is intended.

COMPLY YES____ NO____

0.05 The emergency vehicle and equipment to be furnished in meeting these specifications must

be the product of an established reputable emergency vehicle QVM certified manufacturer.

Each bidder shall furnish satisfactory evidence of the manufacturer's ability to construct,

supply service, parts, and provide technical assistance for the vehicle specified. Bidder

shall provide name, address, and phone number of the nearest facility which meets the

following criteria:

1. Facility is under direct control of bidder to insure prompt service.

2. Facility has the needed equipment, (i.e., press brake, shear, plasma cutter, paint

booth, etc.) to fabricate major body parts.

3. Facility has the ability and authority to properly remount module body bid

without affecting manufacturer’s warranties.

4. Facility is a Ford QVM member.

5. Facility is a member of NTEA (National Truck equipment Association)

Name

Address

Phone

COMPLY YES____ NO____

0.06 The manufacturer shall defend any and all suits and assume all liability for any claim

against the purchaser for the use of any patented process, device, or articles forming any

part of the emergency vehicle proposed. Each bidder shall supply proof of $5,000,000

product liability and facility insurance or show proof of being listed on manufacturer’s

$5,000,000 product liability and facility insurance policy.

COMPLY YES____ NO____

Page 9: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 9 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

0.07 The vehicle shall be tested and approved prior to delivery, and all records of same shall be

submitted at time of delivery. Bidders shall state the amount of mileage the vehicle will

have on it at the time of delivery.

Approximate mileage at delivery ________________

COMPLY YES____ NO____

0.08 The manufacturer shall supply one (1) copy of parts, service, and operational manuals at

delivery of the proposed emergency vehicle. Manuals shall include “As Built” body wiring

diagrams.

COMPLY YES____ NO____

0.09 Bidder shall compute pricing less Federal and State taxes. It is understood that any

applicable taxes will be added to the proposed prices unless the purchaser furnishes

appropriate tax-exempt forms. The proposal form contained herein shall be used by all

bidders.

COMPLY YES____ NO____

0.10 Bids shall be addressed and submitted in accordance with the "Call For Bid Cover Letter".

Bid envelope must be identified with the words "Emergency Vehicle Bid", the opening

date, and time on the face of the envelope.

COMPLY YES____ NO____

0.11 It is the bidders' responsibility to see that their proposals arrive on time. Late proposals,

telegrams, fax, e-mail or telephone bids will not be considered.

COMPLY YES____ NO____

0.12 The bidder shall state the number of calendar days required for delivery of the completed

vehicle after receipt of order by the manufacturer.

COMPLY YES____ NO____

0.13 All bid prices shall be F.O.B. destination on a delivered and accepted basis of the finished

vehicle. If a drive out allowance is allowed, it will be shown on the proposal page as a

separate deduct amount, complete with details explaining the drive out procedure.

COMPLY YES____ NO____

0.14 The successful bidder will be responsible for preparing and maintaining a record file of all

parts and assemblies used to manufacture the emergency vehicle. These records shall be

maintained in the factory of the bidder for the life of the apparatus. File shall contain copies

of any and all reported deficiencies, all replacement parts required to maintain the

apparatus, and original purchase documents including specifications, contract, invoices,

incomplete chassis certificates, quality control reports, and final delivery acceptance

documents.

COMPLY YES____ NO____

Page 10: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 10 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

0.15 Due to the technical nature of this project, bidders are required to provide detailed drawings

and detailed specifications of exactly what they are proposing. Bids not providing these

required support documents shall be deemed non-responsive and rejected.

Drawings shall include four (4) exterior views showing lights, equipment, stripes, lettering,

etc. and four (4) interior drawings showing cabinets, benches, equipment placement, etc.

The use of standard drawings and standard specifications or copies of bid drawings does

not constitute detailed drawings and detailed specifications and shall not be considered. In

order to make evaluations of proposals as quick and concise as possible, manufacturers

detailed specifications shall be in the same order as the bid document. Minor details of

construction and materials, where not otherwise specified, are left to the discretion of the

contractor, who shall be solely responsible for the design and construction of all features.

COMPLY YES____ NO____

0.16 Some items have been specified by brand name or model number. These have been

carefully selected because of their reliability, the availability of parts and service, or

uniformity with this department. In order to be responsive, items specified by brand name

and or part number named shall be contained in bid proposals. COMPLY YES____ NO____

0.17 Each bidder must indicate compliance with these specifications by checking “Comply Yes

/ No" below each section of these specifications. Checking "Yes" will indicate complete

compliance with that section; "No" will indicate an exception is being taken. Bidder must

underline in red ink any portion of the section which will not be provided as specified. All

exceptions must be fully explained on a separate page, giving reference to the page number

and the section where the exception is being taken. Sufficient explanation and

documentation shall be provided so that this agency may evaluate exception. Failure to

comply with these requirements will result in automatic rejection of the entire proposal.

COMPLY YES____ NO____

0.18 Proposals taking total exception to specifications will not be accepted.

COMPLY YES____ NO____

0.19 The purchaser reserves the right to accept or reject any and all bids on such basis as the

purchaser deems to be in its best interest, and is not bound to accept low bid.

COMPLY YES____ NO____

0.20 The purchaser reserves the right, before awarding the bid, to require a bidder to submit

evidence of their qualifications as may be deemed necessary.

COMPLY YES____ NO____

Page 11: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 11 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

0.21 All equipment furnished shall be guaranteed to be new and of current manufacture and to

meet all requirements of these specifications. Workmanship shall be of high quality and

accomplished in a professional manner so as to ensure a safe and functional apparatus.

COMPLY YES____ NO____

0.22 Manufacturer shall warrant new apparatus of its own manufacture against defective

workmanship and materials for a period of at least two years from the date of delivery to

the purchaser. A lifetime module body warranty shall be provided. Under this warranty,

manufacturer's liability is limited to furnishing purchaser, without cost, parts and labor

required to replace defective material or workmanship when there is no indication of

misuse, neglect, improper maintenance, accident, or overloading the apparatus. Defects

shall be reported to seller in writing by the purchaser within the warranty period. Parts and

labor will be supplied after inspection by an authorized agent of the manufacturer.

Defective parts shall be returned prepaid by purchaser to seller when requested. Warranty

shall begin upon acceptance of the manufactured apparatus by the purchaser. All

warranties included with this proposal shall be provided by the respective manufacturer

and included with bid proposal.

COMPLY YES____ NO____

0.23 In the event the unit fails to meet the specified requirements, the purchaser has thirty (30)

days to notify the contractor in writing of corrections required. Failure to make such

changes as the purchaser may consider necessary to conform to any clause of the

specifications, within thirty days of notification, shall be cause for rejection of the unit.

COMPLY YES____ NO____

0.24 All bidders shall provide bid security in the amount of ten percent (10%) of the total bid

price, payable by bidder to the purchaser. Such security may be in the form of a bid bond

in form and from a surety company reasonably acceptable to purchaser, a cashier’s check,

or other security acceptable to purchaser. Bonds which do not show the bidder as

“principal” shall be rejected as unenforceable and bid deemed non-responsive.

In case of failure or refusal of the successful bidder to enter into a contract, the bid security

submitted with the bid may be forfeited as liquidated damages because of such a failure.

COMPLY YES____ NO____

0.25 The successful bidder may be required to execute and deliver to the purchaser a

Performance Bond in the amount of 100% of the contract price, in form and from a surety

company reasonably acceptable to purchaser. The bond shall show the bidder as the

“principal” and provide for a 100% guarantee that the bidder will deliver the apparatus and

equipment per the bid specifications. The bond shall extend to the warranty provided by

the bidder/manufacturer for one (1) year past delivery date, beyond which time the

bidder/manufacturer will maintain continued responsibility for the remaining term of the

warranties. Bidder shall state cost of such bond on price sheet. Requested bonds will only

be acceptable if the bidder is listed as the principal on the bonds. Bonds from

manufacturers will not be acceptable unless they are the bidder and will be a party to the

contract.

COMPLY YES____ NO____

Page 12: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 12 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

0.26 Bidder shall provide a pre-build meeting and a final inspection meeting at the

manufacturing facility. If the bidder is not in the full-time employment of the company

who will manufacture the vehicle, he is required to attend both of these meetings.

Bidder shall be responsible for the following expenses, to include airfare, ground

transportation from airport to plant and return, meals and lodging if necessary.

Pre-build meeting shall be for one (1) person from purchaser. Final Inspection

meeting shall be for two (2) people from the purchaser.

COMPLY YES____ NO____

0.27 As this agency expects to remount this vehicle at some future date bidder shall supply a

copy of the manufacturer’s current remount warranty with the bid. If the manufacturer

does not provide remount services bidder shall provide the name, address, phone, and

history of the company who does provide the remount services, a current copy of their

remount warranty and $5,000,000 product liability insurance policy.

COMPLY YES____ NO____

0.28 FORCE MAJEURE

The seller shall not be charged with liquidated damages or any excess cost when delay in

delivery of goods is due to:

1. Any preference, priority of allocation order duly issued by the Government;

2. Unforeseeable cause beyond the control and without the fault, or negligence of the

Seller, including but not restricted to, acts of God, or of the public enemy, acts of

the Buyer, acts of another Contractor in the performance of a contract with the

Buyer, fire, flood, epidemics, quarantine restrictions, strikes, freight embargoes,

and unusually severe weather; and

3. Any delays of subcontractors occasioned by any of the causes specified in the two

immediately preceding clauses.

Provided that the Seller shall, within seven (7) days from the beginning of such delay,

notify the Buyer, in writing, of the causes of the delay whereupon the Buyer shall ascertain

the facts and extent of the delay and notify the Seller within a reasonable time of its decision

in the matter.

COMPLY YES____ NO____

0.29 INTER-LOCAL AGREEMENT

Pursuant to Revised Code of the Washington (RCW) 39.34.030(5), any public agency or

agencies in Washington may purchase or otherwise utilize this contract provided the public

agency or agencies that awarded the original contract complied with all statutory notice

and contracting requirements.

Public or purchasing agencies from Oregon and Washington may utilize this contract for

interstate cooperative procurements, according to the requirements of ORS 279a.220 and

RCW 39.34.

This bid shall remain open to additional purchases (Interlocal, Tag-On, Piggy Back) by

this or other agencies for a period of three (3) years, with periodic cost adjustments based

on actual manufacturer’s price increases.

Page 13: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 13 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

INVESTMENT:

Year Make Model Price

Sales Tax ___________________

Total

Payment Terms: The above vehicle price shall be based upon a 90% payment being made upon receipt of

vehicle with the balance due in 30 days.

Drive out allowance included in above price

Pre-Build/ Inspection visit allowance

(One (1) Person for Pre-Build; two (2) People for Final Inspection)

100% Performance Bond – If required ADD

The price quoted above shall remain firm until

Delivery: Calendar days after receipt of order

Bidder

Signed

Address

Phone

Motor Vehicle Dealer License: State #

This bid shall remain open to additional purchases (Interlocal, Tag-On, Piggy Back) by this or other

agencies for a period of three (3) years, with periodic cost adjustments based on actual manufacturer’s

price increases.

Page 14: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 14 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

1 CHASSIS

1.01 OEM CHASSIS 2020 chassis specification is subject to change(s)

• 2020 Ford F-350 XLT, Regular Cab, 4 x 4, meeting all the specifications of Section

1.01.

– Ambulance Prep. Package

– EPA Special Emergency Vehicle Emissions

– 3-year/36,000 mile ″Bumper to Bumper″ warranty

– Dual Rear Wheels

– Provided by Manufacturer

COMPLY YES____ NO____

1.01.01 SPECIFIC RATINGS

• Drive – 4 x 4

• G.V.W.R. – 14,000 lbs.

• Front Axle – 5,250 lbs.

• Rear Axle – 9,750 lbs.

• Wheelbase – 169″

• Cab to Axle – 84″

• Curb Weight – 10,500 lbs. approximate

• Front Spring Capacity – 5,250 lbs.

• Rear Spring Capacity – 9,750 lbs.

• Rear Differential – 4.10 ratio, limited slip wide track rear axle

COMPLY YES____ NO____

1.01.02 POWER TRAIN

• Engine

– 6.7L Power Stroke V8 Turbo Diesel B20

– Diesel Emission Fluid (DEF) System with operator-commanded regneration

– 5 years/100,000 mile warranty

– External oil cooler

– Factory diesel package

– 1,000 watt engine heater

– Heavy duty dry type air cleaner with flow restriction indicator

• Engine Cooling System

– Heavy duty, closed-air, free-liquid state type

– Coolant recovery system

– 50/50 solution Permanent type antifreeze to –40 degrees F

• Transmission

– TorqShift 10-speed automatic transmission with selectable drive modes

– External oil cooler in chassis grille area

– Tow/Haul Mode with Integrated Exhaust Brake

– Electronic Shift on the Fly with auto-locking wheel hubs

• Exhaust System

– System complies with Federal Motor Carrier Safety Regulations, Part 393.83

– Suspended using three hangers, excluding manifold attachment

– Discharge at right rear side of module

– Tailpipe shall not terminate within twelve inches of the vertical axis of the fuel

tank filler opening. COMPLY YES____ NO____

Page 15: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 15 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

1.01.03 STEERING

• Power assisted tilt steering wheel

COMPLY YES____ NO____

1.01.04 SHOCK ABSORBERS/STABILIZER BARS

• Heavy-duty shock absorbers front and rear

• OEM front and rear stabilizer bars

COMPLY YES____ NO____

1.01.05 BRAKES

• Heavy duty power assisted four wheel ABS; front and rear disc

• Front 13.66″ diameter; Rear 13.39″ diameter

• AEB – Emergency Braking and Forward Collision Warning

• Trailer Brake Controller

COMPLY YES____ NO____

1.01.06 TIRES AND WHEELS

• Seven OEM LT 245-75R-17E all-season steel belted radials

• Seven OEM 17″ steel wheels

• OEM jack and tire changing tools

• Spare tire and wheel shipped loose

COMPLY YES____ NO____

1.01.07 ELECTRICAL

• Alternators – OEM Dual rated at 377 Amps total

• Batteries – OEM Dual 750 CCA each

• Stationary Elevated Idle Control

COMPLY YES____ NO____

1.01.08 INSTRUMENT PANEL AND CONTROLS

• Gauges

– Speedometer

– Tachometer

– Coolant Temperature

– Transmission Fluid Temperature

– Turbocharger Boost

– Fuel

– Indicator lights

– Odometer/Trip Odometer

• Tire Pressure Monitoring System

• Cruise Control, with steering mounted controls

• Audio – OEM AM/FM/SiriusXM radio with 6 month prepaid subscription

• SYNC 3 - Voice-Activated communications and entertainment system with AppLink

and instrument panel compass display

• 8 ″ LCD Productivity Screen in IP Cluster with Compass Display

• Two USB Ports

COMPLY YES____ NO____

Page 16: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 16 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

1.01.09 CAB EXTERIOR

• Trim Level – XLT

• Horn – OEM dual electric

• Windows – Tinted safety glass

• Windshield wipers – Two-speed electric, washer and intermittent speed control

• Mirrors

– Two black, below eye level, manually telescoping trailer tow

– Power, heated glass, upper portion

– Turn Indicators and clearance lights on outside edge

– Lower portion convex

• Bumper – Chrome

• Tow hooks –Two front

• Mud Flaps – Two Front

• Lights

– Headlamps – Auto High-Beam, Quad beam jewel effect

– Roof clearance light

– Under hood service light

• Fuel – OEM 40 gallon tank

COMPLY YES____ NO____

1.01.10 CAB INTERIOR

• Trim Level – XLT

• Seats – OEM

– Cloth 40/20/40

– Combination lap and shoulder harness

– Side door armrest

• Flooring – Black Vinyl

• Climate Control – OEM

– Heavy duty, fresh air, high capacity heater/defroster

– Dehumidifying air conditioning system

• Airbags

– Driver and right-front passenger front

– Front-Seat side

– Safety Canopy System with roll-fold side curtain airbags

• Other

– Padded sun visors, dash, and door panels

– Molded cloth headliner

– Reduced sound package

– Dome light, with dual map lights

– Lane Keeping Alert

– Pre-Collision Assist

– Auxiliary Power Point

– 110 AC Outlet

– Interior hood release

– Power door lock & windows

– Remote keyless entry

– Adjustable gas and brake pedals

COMPLY YES____ NO____

Page 17: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 17 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

1.01.11 COLORS

• Exterior – Oxford White (Z1)

• Interior – Medium Earth Gray

COMPLY YES____ NO____

Page 18: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 18 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

1.02 CHASSIS MODIFICATIONS

The following modifications shall be made to the chassis by Manufacturer.

1.02.03 SIMULATORS/VALVE STEM EXTENDERS

Stainless steel wheel simulators shall be installed on all outer wheels, with braided valve

stem extenders on all four rear wheels.

COMPLY YES____ NO____

1.02.04 EXHAUST HEAT SHIELDS

Shall be formed from 20 ga. galvanized sheet metal with stamped reinforcements and

formed edges. Access openings shall be provided for shock absorber, mounting bolts, etc.

Heat shields shall be bolted to chassis frame and extend from back of cab to the frame cross

member just behind the rear axle.

COMPLY YES____ NO____

1.02.05 RUNNING BOARDS WITH SPLASH GUARDS

Running boards made of 0.125″ bright aluminum diamond plate shall be securely mounted

on both sides of the chassis with OEM fasteners.

COMPLY YES____ NO____

1.02.07 AUTO THROTTLE

An Intermotive high idle/voltage monitor shall be installed to automatically adjust the auto

throttle for changes in electrical load. COMPLY YES____ NO____

1.02.08 RECOVERY EYES

Two rear recovery hooks rated at 10,000 lbs. per pair shall be bolted to the bumper frame

to provide anchor points for rescue ropes, stabilization equipment, etc. These hooks shall

not be used for towing or lifting of the emergency vehicle.

COMPLY YES____ NO____

1.02.09A MUD FLAPS

Mud flaps with the manufacturer logo on them shall be installed behind each rear wheel.

COMPLY YES____ NO____

1.02.10 WHEELS

Seven OEM wheels shall be painted to match Ford Oxford White (SW#GLV-100199832)

(Section 3.04.01X related).

COMPLY YES____ NO____

1.02.14 SUSPENSION

The OEM rear stabilizer bar shall be removed and a LiquidSpring suspension system shall

be installed, with a kneeling feature to activate when the rear streetside patient

compartment entrance door opens within 60 minutes of the chassis ignition being turned

off. An override switch shall be provided on the curbside rear wall, accessible from rear

curbside door. The LiquidSpring control panel shall be installed on the chassis dash to the

left of the steering wheel.

COMPLY YES____ NO____

Page 19: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 19 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

1.02.35 KEYS

An aftermarket remote keyless entry transmitter with two key fobs shall be installed for

separate control of module electric door locks. Chassis keyless entry shall be controlled

independently from module by OEM key fobs (Section 6.40X related).

COMPLY YES____ NO____

1.02.60 CAB CONDUIT

A 5.5″ cab conduit shall be installed between the cab and module located behind the

driver’s seat. The driver’s console harness shall be routed through the conduit.

COMPLY YES____ NO____

1.03 MODULE-TO-CHASSIS MOUNTING SYSTEM

1.03.01 MODULE MOUNTING SYSTEM

The module shall be bolted to the chassis frame in no fewer than twelve locations. Each

mounting location shall include a hard rubber isolation pad between the chassis frame and

the module lateral. The rearmost lateral(s) shall be connected to the frame extensions with

5/8″ grade 8 bolts. All remaining laterals shall be connected with vertical 3/4″ grade B7

eye bolts fastened to the frame rails with horizontal 3/4″ grade 8 hex bolts. All bolts shall

be secured with locking nuts.

COMPLY YES____ NO____

1.03.02 CAB-TO-MODULE ATTACHMENT

The module shall be connected to the cab with a flexible watertight boot to allow cab-body

flex as designed by the chassis manufacturer. The chassis back shall be replaced by an

aluminum insert painted with black polyurea thermoplastic elastomer. The insert shall be

installed with 0.25″ stainless steel bolts.

COMPLY YES____ NO____

Page 20: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 20 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

2 MODULAR CONSTRUCTION All material utilized shall be of the correct type, alloy, and thickness to withstand the

intended usage and provide protection against cracking, corrosion, or metal fatigue. All

materials utilized shall be of open stock origin, commonly available through local sources,

for rapid and economical repair or modification of the body. Any use of proprietary parts

or materials in the construction of the body is unacceptable, due to potential delays or

difficulties in future repairs or service. NO EXCEPTIONS TO BE TAKEN IN THIS

AREA. This specification has been designed and written to fill specific needs of this

agency. Where brand name, make, or model of equipment has been specified, no

exceptions shall be allowed. Where compartment and cabinet sizes have been specified,

bidder must bid substantially (plus or minus 1″) the size specified.

The module shall have a transferable lifetime structural warranty.

COMPLY YES____ NO____

2.01 MATERIAL

EXTRUSIONS SIZE ALLOY

Structural Tubing 1″ x 2″ x 0.125″ sq. 6063-T52

Structural Tubing 2″ x 2″ x 0.125″ sq. 6063-T52

Cross Members 3″ x 3″ x 0.375″ 6061-T6

Cross Members 1.5″ x 3″ x 0.25″ 6061-T6

FORMED SHEETING SIZE ALLOY

Skin/Roof/Compartments/Subfloors/Doors 0.125″ 5052-H32

Interior Cabinets 0.090″ 5052-H32

Diamond Plate 0.125″/0.08″ 3003-H32

Stainless Steel 16 ga., 20 ga. 304 # 4B

COMPLY YES____ NO____

2.02 MODULE DIMENSIONS

Drop Skirt 4.00 ″

Overall Vehicle Dimensions (Specifications are listed as minimums.)

Length 24 ′ 1.7 ″ 289.70 ″

Width (excluding mirrors) 8 ′ 0 ″ 96.00 ″

Height (Approximate) 9 ′ 4.25 ″ 112.25 ″

Note: Overall length different than shown in drawings due to 2017 MY chassis BBC change.

Exterior Module Dimensions (Specifications are listed as minimums.)

Length 12 ′ 11 ″ 155.00 ″

Width 8 ′ 0 ″ 96.00 ″

Height 7 ′ 8.375 ″ 92.375 ″

Interior Dimensions (Specifications are listed as minimums.)

Length Forward Wall to Rear Wall 148.00 ″

Width Left Wall to Right Wall 91.00 ″

Floor Width Left Cabinets to Squad Bench 50.25 ″

Height Floor to Ceiling 72.00 ″

Load Height (Approximate) 35.00 ″ COMPLY YES____ NO____

Page 21: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 21 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

2.03 STRUCTURAL FRAMING

Side wall and rear wall construction shall consist of 2″ x 2″ x 0.125″ aluminum square

tubing extensions welded together with a maximum of 14″ centers. 1″ x 2″ x 0.125″

aluminum tubing may be utilized in addition to 2″ x 2″ tubing to accommodate custom

compartment sizes. The bottom of the wall structure shall be sealed with a welded 2″ x 2″

tube, a 2″ x 2″ angle, or a 0.125″ plate depending upon location. The wall structure shall

be capped with a 2″ x 4″ x 0.125″ header upon which a 2″ x 2″ x 0.125″ roof structure is

welded. This process provides a unitized roll cage structure for greater occupant safety.

The front wall structure shall be constructed of formed aluminum channels to allow ample

space for wiring raceways, heater hoses, and A/C hoses.

COMPLY YES____ NO____

2.04 FOUNDATION SYSTEM

The foundation system shall consist of a 0.125″ aluminum sheet subfloor with foundation

members securely welded under the subfloor. Transverse members (laterals) shall consist

of 3″ x 3″ x 0.375″ structural angles. 0.25″ x 1.5″ aluminum stringers shall span

longitudinally between the laterals.

COMPLY YES____ NO____

2.05 MODULE SEAMS

All body and compartment seams at or below floor level shall be full-seam-welded. The

entire perimeter of the subfloor shall be completely sealed with a caulking material,

creating a watertight, dust-free module environment.

COMPLY YES____ NO____

2.06 EXTERIOR SKIN

A Norton NORBOND closed-cell, polyurethane foam tape with high-performance acrylic

adhesive shall be utilized full length on all front and rear wall and roof frame members. A

polyurethane adhesive sealant shall be applied to the edges of framing members that are

bonded with NORBOND tape. An advanced two-part methacrylate structural adhesive

shall be used to bond all side wall tubes to the exterior skin and door frames.

The module shall be constructed utilizing full-size sheet construction to minimize body

seams. There shall be no corner or mid-body seams.

COMPLY YES____ NO____

2.07 MODULE ROOF

In order to improve module strength and minimize exposed seams, the roof shall be seamed

transversely, shall be crowned, shall have a 1.5″ radius along the edges, and shall be welded

to 2″ x 4″ wall header tubes 4.75″ below the roof line. The roof shall be supported by

positive contact between sidewall framing and roof framing. All seams on the roof surface

shall be continuously welded and body-worked on the outside. In order to avoid the

possibility of paint and/or weld cracking, no extrusions shall be used in the exterior

construction of the roof or corners of the module.

A contoured, 3/8″ aluminum plate, painted to match the module, shall be welded to the

roof structure and project through the center of the roof to serve as anchorage for personal

fall arrest equipment. The anchorage is designed and rated for a single person only.

COMPLY YES____ NO____

Page 22: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 22 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

2.08X MODULE EXTERIOR COMPARTMENTS

All compartments are constructed from formed 0.125″ aluminum and are securely welded

to the subfloor and structural framing. A baffled drain hole shall be provided in all exterior

compartment bottoms that extend below the floor line. All exterior adjustable shelves shall

be mounted on heavy duty aluminum track which is securely welded to compartment

interiors. Each shelf shall support at least 300 lbs. of equipment.

COMPLY YES____ NO____

COMPARTMENT #1

Interior Dimensions – 51″W x 45″H x 20″D

Doorway Dimensions – 51″W x 45″H

Location – Streetside, forward

Shelving – One adjustable full width, one adjustable 15″W bin shelf with notch on forward

wall to allow access to the power box

Door(s) – Double

Light(s) – One LED strip light

Additional Instructions – The 120VAC Power Box shall be installed in the forward wall

(Section 6.21 related), recessed so as not to protrude into the compartment.

A Vanner #20-1050CUL-DC modified sine wave inverter/battery charger shall be installed

in Compartment #2 with a perforated surround, exact location to be determined at the

preconstruction meeting. A filtered vent shall be installed on the forward wall, and a soffit

vent shall be installed on the back wall in line with the inverter.

COMPLY YES____ NO____

COMPARTMENT #2

Interior Dimensions – 20″W x 74″H x 11.5″D

Doorway Dimensions – 20″W x 74″H

Location – Streetside, rear

Shelving – None

Door(s) – Single

Light(s) – One LED strip light

Additional Instructions – A painted aluminum custom oxygen lift shall be installed on

the back wall of the compartment. Lift shall have a step plate which doubles as the

compartment floor and handles to assist in lowering lift during cylinder maintenance, and

compartment floor shall be sealed from road debris. Lift shall have UHMW-reinforced

straps for securing a customer-supplied-and-installed M-sized oxygen cylinder (Section

4.10X related). A placard with oxygen cylinder lift instructions shall be installed on the

compartment door skin.

COMPLY YES____ NO____

Page 23: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 23 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

COMPARTMENT #3

Interior Dimensions – 20″W x 77″H x 20″D

Doorway Dimensions – 20″W x 74″H

Location – Curbside, rear

Shelving – One adjustable 10″W adjustable bin shelf

Door(s) – Single

Light(s) – One LED strip light

Additional Instructions – Two backboard restraining straps shall be installed in the aft

portion of the compartment. A formed stainless-steel gasket cover shall be installed so that

backboards do not cut gasket material.

A vertical divider shall be installed between the bin shelf and the rear wall to assist in

holding backboards in place.

A boot-shaped bracket shall be installed in the lower forward section of the compartment

for storage of a customer-supplied-and-installed stair chair.

A filtered vent shall be installed in the aft wall of the compartment.

COMPLY YES____ NO____

COMPARTMENT #4

Interior Dimensions – 19″W x 24″H x 20″D

Doorway Dimensions – 23″W x 16.5″H

Location – Curbside, aft of wheel well

Shelving – None

Door(s) – Single

Light(s) – One LED strip light

Additional Instructions – None

COMPLY YES____ NO____

COMPARTMENT #5

Interior Dimensions – 24.875″W x 71.75″H x 29″D

Doorway Dimensions – 22.75″W x 71.75″H

Location – Curbside, forward

Shelving – See Cabinets #19 and #20

Door(s) – Single

Light(s) – One LED strip light

Additional Instructions – This compartment shall have a full width stainless steel

threshold on the floor level shelf and provide inside/outside access to Cabinets #19 and

#20. The below floor area shall be for general storage.

COMPLY YES____ NO____

2.09 MODULE DOORS

The doors shall be box pan formed with a total thickness of 2″.

COMPLY YES____ NO____

2.09.01 DOOR FRAMES

Each door frame shall have a flange for the installation of an air cell hollow core, 360-

degree compression door seal. This seal creates watertight, dust-free compartment

integrity. Door seal shall be knock-on type. Door frames shall be bonded to the adjacent

tubes such that no exterior flange is required.

COMPLY YES____ NO____

Page 24: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 24 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

2.09.02X DOOR HINGES

Compartment and passage doors shall have full-length, piano-type, 2.5″W stainless steel

hinges, positioned with 0.25″ rivets top and bottom. The hinges shall be attached with 0.25

- 20 stainless steel hex bolts spaced 4″ apart, sealed with Sikaflex and tapped into 0.125″

backer strips inside each door. All curbside and streetside doors shall be hinged on the

forward sides, and all rear doors shall be hinged on the outboard sides.

Screw type to be confirmed at the preconstruction meeting.

COMPLY YES____ NO____

2.09.03X DOOR LATCHES

Exterior door handles shall be semi-flush, chrome-plated free-floating-style exterior

Eberhard E Grabber #21100 handles with a large enough space for gloved hands to operate

the handle. Passage doors shall have release handles on the inside of each door, including

both rear passage doors. All exterior doors shall have rotary latches and striker posts that

meet FMVSS 206 requirements. Striker posts shall be adjustable and be secured with a nut

from behind the door frame. The striker washer shall not be removed. Doors greater than

45″ tall shall have double rotary latches activated by stainless steel rods. Once final

adjustments have been made, threads shall have Loctite or equivalent applied. All double-

door compartments shall have an exterior E Grabber handle and rotary latches on each

door. Doors shall latch to doorframe-mounted striker posts only and not to one another.

Curbside passage and both rear passage doors shall have dual exterior/interior handles with

dual-point, rod-actuated, rotary latch systems that are lockable inside and out, which

removes the necessity of reaching inside the patient compartment door. All locks shall be

keyed J236.

Rear passage doors shall both have emergency release levers, one at the top and bottom of

each door and accessible from the inside of the module.

Latch lubricant to be determined at the preconstruction meeting.

COMPLY YES____ NO____

2.09.04X COMPARTMENT DOOR CONTROL

A 30 lb. gas strut capable of holding the door open at approximately a 90-degree angle on

any road surface shall be installed at the top of each compartment door.

COMPLY YES____ NO____

2.09.05X CURBSIDE DOOR CONTROL

A 60 lb. gas strut shall be installed at the top of the door.

COMPLY YES____ NO____

2.09.06X REAR DOOR CONTROL

Two Cast Products ″grabber″-type #DH0019-1-A hold-open devices with replaceable

rubber catches shall be installed. The U-shaped piece shall be attached to the door. It shall

enter a rubber insert when the door is in the open position. Corrosion inhibiter shall be

applied to the mounting holes prior to installation.

COMPLY YES____ NO____

Page 25: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 25 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

2.09.07 COMPARTMENT DOORSKINS

Each compartment doorskin shall be made of 0.080″ bright aluminum diamond plate, shall

be removable, and have a latch service opening with a 2.25″ x 4.5″ black rubber plug for

lubrication and service. Doorskins shall be secured with #8 pan head screws and Sikaflex.

Red/white 1.5″ conspicuity tape shall be installed on the outboard vertical edge of each

door.

COMPLY YES____ NO____

2.09.08X ENTRANCE DOOR SKINS

Shall be 16 ga. Stainless-steel; and be removable to service door hardware. Red/white 1.5″

conspicuity tape shall be installed on the top, bottom, and vertical edges of the side passage

door and curbside rear door. The streetside rear door shall have conspicuity tape on the top

and bottom edges.

#680CR-82 Ruby Red/#680CR-10 White 6″ chevrons shall be applied to a middle section

of each passage door.

COMPLY YES____ NO____

2.09.09 ENTRANCE DOORWAYS

One curbside and two rear module entrance doors shall be provided. The curbside doorway

dimensions shall be 31″W x 77.75″H. The rear doorway dimensions shall be 49.75″W x

60″H.

COMPLY YES____ NO____

2.09.10 THRESHOLDS

All compartment and module access door frames shall have full width formed stainless

steel threshold plates to protect the lower edge of frame.

COMPLY YES____ NO____

2.10 MODULE INTERIOR CABINETS

Shall be formed of 0.090″ aluminum and shall be securely welded or mounted to the

structural framing. All interior adjustable shelves shall be mounted on 1″ wide aluminum

track.

COMPLY YES____ NO____

CABINET #1

Dimensions – 31.625″W x 13.75″H x 15.75″D

Location – Streetside, upper forward

Shelving – One adjustable

Door(s) – Sliding, clear 0.177″ acrylic with felt-lined anodized aluminum track and fully-

extruded aluminum door pulls

Lighting – LED under-cabinet strip light (Section 6.14 related)

Additional Instructions – None

COMPLY YES____ NO____

Page 26: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 26 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

CABINET #2

Dimensions – 31.625″W x 13.75″H x 15.75″D

Location – Streetside, upper middle

Shelving – One adjustable

Door(s) – Sliding, clear 0.177″ acrylic with felt-lined anodized aluminum track and fully-

extruded aluminum door pulls

Lighting – LED under-cabinet strip light (Section 6.14 related)

Additional Instructions – An angled close-out shall be installed at the aft end of this

cabinet.

COMPLY YES____ NO____

CABINET #3 – Glove Storage

Dimensions – 27.25″W x 6.75″H x 6.5″D

Location – Streetside, rear upper

Shelving – None

Door(s) – Bottom-hinged painted aluminum with a twist/slam latch and three cut-outs

Lighting – LED under-cabinet strip light (Section 6.14 related)

Additional Instructions – This cabinet shall be set up as glove storage (Section 5.32

related). One oxygen outlet shall be installed forward of this cabinet.

COMPLY YES____ NO____

CABINET #4

Dimensions – 15″W x 13.75″H x 8.5″D

Location – Streetside, rear upper

Shelving – One adjustable

Door(s) – Top-hinged clear polycarbonate with a twist/slam latch and fully-extruded

aluminum door pulls

Additional Instructions – None.

COMPLY YES____ NO____

CABINET #5

Dimensions – 19″W x 24″H x 8.5″D

Location – Streetside, rear middle

Shelving – Two adjustable

Door(s) – Aft-hinged clear polycarbonate with a twist/slam latch and fully-extruded

aluminum door pulls

Additional Instructions – None.

COMPLY YES____ NO____

CABINET #6

Dimensions – 19″W x 24″H x 8.5″D

Location – Streetside, rear lower

Shelving – Two adjustable

Door(s) – Aft-hinged clear polycarbonate with a twist/slam latch and fully-extruded

aluminum door pulls

Additional Instructions – None.

COMPLY YES____ NO____

Page 27: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 27 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

#7 – Streetside Attendant Seating Area

Dimensions – 47. 5″W x 65.125″H x 20″D

Location – Streetside

Additional Instructions – There shall be one Wise #WM2010 attendant seat with 4-point

harness mounted on a Wise #WM10239 swivel base in this area. It shall be able to rotate

to the forward position and fold flat to allow for a backboard to be secured on top. Three

female seatbelt receptacles each shall be bolted to the upper and lower streetside walls and

three manual adjustable belts with male buckles at both ends shall be provided, for securing

a backboard. One additional two-point seatbelt shall be installed on the aft wall.

A slide-out easy-access tray shall be installed behind the attendant seat to hold sharps and

waste containers (Section 5.26X related).

The oxygen window shall be installed on the aft wall.

COMPLY YES____ NO____

#8 – Streetside Action Area

Dimensions – 43. 5″W x 25.375″H x 20″D

Location – Streetside, forward middle

Shelving – None

Door(s) – None

Additional Instructions – A dual oxygen outlet, electric oxygen panel with manual

bypass, vacuum connection, SSCOR suction unit with #22000 gauge/regulator and a

stainless-steel container holder, attendant panel, digital thermostat, two 120VAC

receptacles, one Napa 12VDC cigar-type receptacle, , and one Kussmaul #091-219-4 4.2-

amp USB switch-insert-style ports and shall be installed in the Action Area wall.

A full depth Wilsonart ″Northern Mélange″ gray 9195MLA solid surface countertop with

a 0.5″ retaining lip and a 2″H backsplash shall be installed.

COMPLY YES____ NO____

CABINET #9

Dimensions – 23″W x 23″H x 12.5″D

Location – Streetside, forward middle

Shelving – Two adjustable

Door(s) – Sliding, clear 0.177″ acrylic with felt-lined anodized aluminum track and fully-

extruded aluminum door pulls

Additional Instructions – None

COMPLY YES____ NO____

CABINET #10 – Glove Storage

Dimensions – 27.25″W x 6.75″H x 6.5″D

Location – Curbside, rear upper

Shelving – None

Door(s) – Bottom-hinged painted aluminum with a twist/slam latch and three cut-outs

Lighting – LED under-cabinet strip light (Section 6.14 related)

Additional Instructions – This cabinet shall be set up as glove storage (Section 5.32

related). An oxygen outlet shall be installed under the forward end of this cabinet.

COMPLY YES____ NO____

Page 28: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 28 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

CABINET #11

Dimensions – 20″W x 16″H x 12″D

Location – Curbside, center upper

Shelving – One adjustable

Door(s) – Sliding, clear 0.177″ acrylic with felt-lined anodized aluminum track and fully-

extruded aluminum door pulls Lighting – One LED under-cabinet strip light (Section 6.14 related)

Additional Instructions – A 120VAC shall be installed on the back wall of cabinet. An

angled closeout shall be installed aft of this cabinet, with an attendant control panel.

COMPLY YES____ NO____

#12 – Curbside Attendant Area

Dimensions – 18″W x 20.625″H x 20″D (approximate)

Location – Curbside, center

Additional Instructions – It shall contain a dome timer momentary rocker switch (Section

6.16 related), one 120VAC receptacle, and one 12VDC receptacle.

A full depth Wilsonart ″Northern Mélange″ gray 9195MLA solid surface countertop with

a 0.5″ retaining lip and a 2″H backsplash shall be installed.

Dimensions of cabinet to be determined at preconstruction meeting.

COMPLY YES____ NO____

#13 – Curbside Attendant Seating Area

Dimensions – 47.625″W x 65.125″H x 20″D

Location – Curbside, rear

Additional Instructions – There shall be one Wise Model #1655 attendant seat, with 4-

point harness, mounted on a Wise #WM10239 swivel base. It shall be able to rotate to the

forward position.

A slide-out easy-access tray shall be installed behind the attendant seat to hold sharps and

waste containers (Section 5.26X related).

COMPLY YES____ NO____

CABINET #14 – Glove Storage

Dimensions – 21.5″W x 12″H

Location – Curbside passage doorskin

Shelving – None

Door(s) – Bottom hinged painted aluminum with a twist/slam latch

Additional Instructions – Storage for four glove boxes shall be provided in this cabinet

(Section 5.32 related).

COMPLY YES____ NO____

CABINET #15 – Cylinder Storage

Dimensions – 13″W x 25″H

Location – Curbside front stack, facing aisle

Shelving – None

Door(s) – Bottom hinged painted aluminum with a Southco #C2 latch

Additional Instructions – Cabinet shall tip out and provide storage for two customer-

supplied-and-installed ″D″ cylinders.

COMPLY YES____ NO____

Page 29: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 29 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

CABINET #16 – HVAC

Dimensions – 35.75″W x 14.5″H x 24.875″D

Location – Curbside front stack, upper

Additional Instructions – This cabinet shall house heater/AC unit and suction pump.

COMPLY YES____ NO____

CABINET #17 – Electrical Cabinet

Dimensions – 30.75″W x 13″H x 10″D

Location – Front, center over pass-thru

Shelving – None

Door(s) – Aluminum, hinged, swing up door with a hold-open device, a quarter turn slotted

latch, and an automatic compartment light.

Additional Instructions – This cabinet shall house the electrical component module.

COMPLY YES____ NO____

CABINET #18 – Radio Cabinet

Dimensions – 17.5″W x 39.75″H x 10″D

Location – Forward upper, behind attendant seat

Shelving – None

Door(s) – Aft-facing aluminum panel with upper and lower louvers, and a Southco #C2

latch

Additional Instructions – This cabinet is intended for mounting radio components and

shall be supplied with access to power component panel. Antenna cables shall terminate in

this cabinet.

COMPLY YES____ NO____

CABINET #19 – Inside/Outside Access

Dimensions – 27.25″W x 28.75″H x 24.875″D

Location – Curbside front stack, upper

Shelving – One adjustable shelf with 1″ x1″ lip down outside, and 2″ lip on the inside.

Door(s) – Double polycarbonate side-hinged doors with pinch latches

Additional Instructions – This cabinet shall provide inside/outside access to

Compartment #5. One 120VAC receptacle and one 12VDC receptacle shall be installed on

the back wall, upper inboard. A vertical plenum for the HVAC shall be located on the aisle

side of Cabinets #19-20.

COMPLY YES____ NO____

CABINET #20 – Inside/Outside Access

Dimensions – 27.25″W x 27.75″H x 24.875″D

Location – Curbside front stack, lower

Shelving – None

Door(s) – Side-hinged panted aluminum door with Simplex latch

Additional Instructions – This cabinet shall house a 12VDC custom cool cabinet (Section

5.28 related). Details to be discussed at preconstruction meeting.

A vertical plenum for the HVAC shall be located on the aisle side of Cabinets #19-20.

COMPLY YES____ NO____

Page 30: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 30 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

CABINET #21

Dimensions – 19.5″W x 12″H x 10″D

Location – Forward lower behind attendant seat

Shelving – None

Door(s) – Aft facing aluminum panel with louvers, and Southco #C2 latch

Additional Instructions – None.

COMPLY YES____ NO____

CABINET #22– Custom Drawers

Location – Curbside, under countertop, facing aft

Additional Instructions – There shall be three 16″W x 5″H x 15″D aluminum drawers in

this area. Each drawer shall operate on 14″ slides rated at 300 lbs. per set and have a gas

shock hold open/closed device to ensure drawers do not accidentally open or close during

operation of the vehicle. Drawers shall be of formed aluminum construction with structural

support on the sides and front of drawers. Each of the drawers shall have four adjustable

dividers provided with each drawer installed side to side.

One forward-hinged polycarbonate cover shall be installed on top of the dividers in the top

drawer, for use as a writing surface.

COMPLY YES____ NO____

CABINET #23– Custom Drawers

Location – Streetside, under countertop, facing aft

Additional Instructions – There shall be three 16″W x 5″H x 19″D drawers in this area.

Each drawer shall operate on 18″ slides rated at 300 lbs. per set and have a gas shock hold

open/closed device to ensure drawers do not accidentally open or close during operation of

the vehicle. Drawers shall be of formed aluminum construction with structural support on

the sides and front of drawers. Each of the drawers shall have four adjustable dividers

provided with each drawer installed side to side.

One forward-hinged polycarbonate cover shall be installed on top of the dividers in the top

drawer, for use as a writing surface.

COMPLY YES____ NO____

2.11A SIDE DOORSTEP

A recessed double step doorstep shall be provided which is 19″ deep x 31″ wide at the

curbside passage door. There shall be a drain hole and light gray Matéflex floor tile which

is removable for cleaning purposes. Polished aluminum diamond plate kick panel shall be

installed on the sides and face of doorstep.

COMPLY YES____ NO____

2.13 CAB TO MODULE PASSAGE

Shall be a pass-thru measuring 17.25″W x 37″H.

COMPLY YES____ NO____

2.14 WHEELWELL LINERS

Shall be installed in the wheel wells over the rear wheels. The liners shall be formed

aluminum.

COMPLY YES____ NO____

2.15X ELECTROLYSIS PREVENTION

ECK corrosion inhibitor shall be applied to all newly installed screws, bolts, etc.

COMPLY YES____ NO____

Page 31: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 31 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

3 COATINGS AND FINISHES

3.01 MODULE FINISH PREPARATION

The module shall be seam sealed and all imperfections on aluminum surfaces of module

shall be sanded smooth. The entire exterior shall be mechanically etched and washed with

wax and grease remover to ensure proper primer and paint adhesion.

COMPLY YES____ NO____

3.02 MODULE PRIMER

Module shall be primed with epoxy primer/sealant prior to applying the finish coat of

acrylic urethane paint.

COMPLY YES____ NO____

3.03 PAINT TYPE

Shall be Sherwin Williams acrylic urethane.

COMPLY YES____ NO____

3.04X COLOR SCHEME

Base color: Oxford White (GLV-100199832)

COMPLY YES____ NO____

Stripe #1: Color: Blue #180MC-37

Size: 8″

Style: Beltline

Material: Vinyl

Location: Front, and sides of module (wrapping around rear radius),

with upsweep angle on the sides of the module, aft.

COMPLY YES____ NO____

Stripe #2 Color: Blue #680CR-75 and White #680CR-10

Width: 6ʺ

Style: Diagonal stripes alternating between the two colors,

Chevron

Material: Scotchlite

Location: Entire rear of module below drip rail, stopping short of

radius.

COMPLY YES____ NO____

Stripe #3: Color: Red #680CR-75 and White #680CR-10

Size: 6″

Style: Chevron

Material: Scotchlite

Location: Rear and curbside passage door skins, centered on latch

panel

COMPLY YES____ NO____

Page 32: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 32 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

3.04.01X CHASSIS COLOR

Chassis shall be OEM Ford Oxford White (Z1)

Seven OEM wheels shall be painted to match (GLV-100199832) (Section 1.02.10 related).

COMPLY YES____ NO____

Stripe #1: Color: Blue #180MC-37

Size: 8″

Style: Beltline

Material: Vinyl

Location: Sides of chassis.

COMPLY YES____ NO____

3.05X LETTERING/DECALS

Streetside

Item S1 Lettering: ″NAVAJO NATION″ (Arched)

Font: Century Schoolbook Condensed

Color: Sapphire Blue

Size: 8″

Material: Vinyl

Location: Upper middle of module, into angled blue stripe

COMPLY YES____ NO____

Item S2 Decal: Navajo Nation Star of Life dept. decal

Size: 16″ TBD

Material: Vinyl

Location: Upper middle of module

COMPLY YES____ NO___

Item S3 Lettering: ″EMERGENCY MEDICAL SERVICE″

Font: Century Schoolbook Condensed

Color: White

Size: 5″

Material: Vinyl

Location: In blue beltline stripe

COMPLY YES____ NO___

Rear

Item R1 Lettering: ″MED ##″ (numeral(s) to be determined at

preconstruction meeting)

Font: Century Schoolbook Condensed

Color: Sapphire Blue

Size: 4″

Material: Vinyl

Location: Rear of module, upper curbside

COMPLY YES____ NO____

Item R2 Decal: Navajo Nation Star of Life dept. decal

Size: 8″

Material: Vinyl

Location: Streetside rear passage door

COMPLY YES____ NO____

Page 33: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 33 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

Item R3 Lettering: ″NAVAJO NATION EMS″

Font: Century Schoolbook Condensed

Color: Red

Size: 4″

Material: Vinyl

Location: Rear passage doors, lower

COMPLY YES____ NO____

Curbside

Item C1 Lettering: ″NAVAJO NATION″ (Arched)

Font: Century Schoolbook Condensed

Color: Sapphire Blue

Size: 8″

Material: Vinyl

Location: Upper middle of module, into angled blue stripe

COMPLY YES____ NO____

Item C2 Decal: Navajo Nation Star of Life dept. decal

Size: 16″ TBD

Material: Vinyl

Location: Upper middle of module

COMPLY YES____ NO____

Item C3 Lettering: ″EMERGENCY MEDICAL SERVICE″

Font: Century Schoolbook Condensed

Color: White

Size: 5″

Material: Vinyl

Location: In blue beltline stripe

COMPLY YES____ NO____

Front

Item F1 Lettering: ″MED ##″ (numeral(s) to be determined at

preconstruction meeting)

Font: Century Schoolbook Condensed

Color: Sapphire Blue

Size: 4″

Material: Vinyl

Location: Front of module, upper streetside

COMPLY YES____ NO____

Roof

Item T1 (not shown in drawings)

Decal: Navajo Nation Star of Life dept. decal

Color: Blue

Size: 32″

Material: Scotchlite

Location: Module roof

COMPLY YES____ NO____

Page 34: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 34 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

3.06X COMPARTMENT FINISH

All compartments shall be sanded, etched, washed, primed, coated with textured Scorpion

X02 and painted white with light gray splatter paint. (G2-33631 Alt 2 / GLV-51748)

All shelves and trays shall be sanded, etched, washed, primed, and painted white with light

gray splatter paint. (G2-33631 Alt 2 / GLV-51748)

COMPLY YES____ NO____

3.07 INTERIOR CABINETRY FINISH

All interior cabinetry shall be sanded, etched, washed, primed, coated with textured

polyurethane finish, and painted white with light gray splatter paint. (G2-33631 Alt 2 /

GLV-51748)

All shelves and trays shall be sanded, etched, washed, primed, and painted white with light

gray splatter paint. (G2-33631 Alt 2 / GLV-51748)

COMPLY YES____ NO____

3.08 MODULE UPHOLSTERY

Module upholstery material shall be Dove Gray Spradling Perform 60 seamless vinyl.

COMPLY YES____ NO____

3.09X MODULE FLOORING MATERIAL

Shall be LonSeal Lon Coin II Flecks flooring, Onyx 150 Black. It shall be seamless and

cove up the sidewalls a minimum of 5″ as a seal.

An insulated floor shall be installed over the subfloor. It shall be constructed with square

tubing (0.75″ x 0.75″ x 0.063″), filled with 0.75″ thick polystyrene foam insulation, and

covered with 0.125″ aluminum sheet. (Section 2.04 related)

COMPLY YES____ NO____

3.10 COMPARTMENT LINING

Compartment floors shall be lined with light gray Matéflex material and all shelves with

easy sweep mat.

COMPLY YES____ NO____

3.11 CABINET LINING

Interior cabinet shelves shall be lined with easy sweep mats which are removable for ease

of cleaning.

COMPLY YES____ NO____

3.12 SURFACES AND FINISHES

All surfaces and finishes shall be impervious to soap, disinfectants, and water, to permit

washing and sanitizing.

COMPLY YES____ NO____

3.13 AUTOMOTIVE UNDERCOATING SEAL

The chassis and module underbodies (excluding the area above the fuel tank, driveline, and

exhaust lines, per manufacturer’s specifications) shall be sprayed with undercoating for

reduced corrosion and added sound deadening.

COMPLY YES____ NO____

Page 35: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 35 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

4 MODULE EXTERIOR

4.01 STEP/BUMPER

Shall be a welded construction of 3″ x 3″ x 0.375″ aluminum angle and 2″ x 0.250″ plate

and shall be trimmed by 0.125″ bright aluminum diamond plate. The entire top shall be

non-skid grip strut and provide a 7″ step. The outermost 12″ of each end shall be angled to

prevent dragging of corners in high angle of approach/departure areas. Diamond plate shall

be formed on front and rear edges for channel type strength. The bumper shall be bolted

directly to the chassis frame using high strength Grade 5 bolts. Bumper shall be easily

removable and replaceable in case of damage. Step/bumper to be designed to accommodate

a ″one-person style″ cot.

COMPLY YES____ NO____

4.02 RUB RAILS

Bright finished extruded aluminum rub rails of a double channel design shall be installed

along the lower streetside and curbside edges of the module. Rub rails shall be 2.5″H x

0.75″W x 0.125″D, with a white conspicuity reflective tape installed in the insert area.

COMPLY YES____ NO____

4.03 FENDER RINGS

Shall be installed on the module. They shall be bright polished aluminum with a rounded

outer edge following the full contour of the wheel well opening. Corrosion inhibiter shall

be applied to the mounting holes prior to installation.

COMPLY YES____ NO____

4.04X DRIP RAILS

Extruded, anodized aluminum drip rails shall be installed the full length of the module

front, rear, and sides near the roof, and over each exterior compartment and passage door.

Drip rails shall be installed with bonding tape that shall withstand exposure to the elements.

They shall be finished with 45-degree angled ends to avoid hooking materials which brush

against the vehicle causing damage.

COMPLY YES____ NO____

4.05 ROCK GUARDS

Bright aluminum diamond plate rock guards shall cover the front module corners, 24″ up

from bottom of module, 2.5″ wrapped around the sides of module, and meet the cab at the

front of the module.

COMPLY YES____ NO____

4.06 REAR KICK PANEL

A bright aluminum diamond plate rear kick panel shall extend from the bottom edge of the

module up to the bottom of the rear doors, full-width formed and wrapped 2.5″ around the

sides of the module.

COMPLY YES____ NO____

Page 36: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 36 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

4.07X FUEL FILL

A Cast Products polished cast aluminum fill well shall be installed on the streetside of the

module, aft of the wheel well, and be properly vented. All fuel filler hoses shall be protected

with a 0.125″ aluminum protection plate. Fuel fills shall be installed in accordance with

Body Builder's recommendation.

COMPLY YES____ NO____

4.08X MODULE WINDOWS

Shall have black anodized aluminum frames, rubber gaskets, and be attached with screws

for ease of replacement. All module windows to be dark tinted. The side door window shall

be 19.125″ x 26.125″ with sliding glass, a positive catch, and a screen. The rear door

windows shall be 13.125″ x 22.125″ fixed glass to prevent exhaust from entering the

module.

COMPLY YES____ NO____

4.10X EXTERIOR OXYGEN CYLINDER HOLDER

A painted custom oxygen lift shall be installed in Compartment #2. Lift shall have a step

plate which doubles as the compartment floor and handles to assist in lowering lift during

cylinder maintenance, and compartment floor shall be sealed from road debris. Lift shall

have UHMW-reinforced straps for securing a customer-supplied-and-installed M-sized or

K-sized oxygen cylinder, and a knob for locking the lift in the raised or lowered position.

COMPLY YES____ NO____

4.16X LICENSE PLATE HOLDER

A Cast Products recessed license plate holder with dual Tecniq #S33-WC00-1 LED lights

shall be installed below rear doors in the rear kick panel.

COMPLY YES____ NO____

4.17 STEP, ELECTRIC

Pre-wire for an Auto/Off switch just inside the curbside door.

A pre-wire for a Zico electric step shall be installed.

COMPLY YES____ NO____

Page 37: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 37 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

5 MODULE INTERIOR All interior hangers, supports, fasteners, latches, and hinges shall be of a near flush type

design when not in use. The patient compartment shall be free of sharp projections.

Exposed edges and corners shall be broken with a radius, chamfer, or covered with

aluminum trim, plastic molding, or rubber edging.

COMPLY YES____ NO____

5.01 UPPER WALL COVERING

Shall be covered with light gray, heavy-grade, 0.125″ ABS vinyl. All panels shall be

attached with a closed cell polyethylene foam tape coated on both sides with a permanent

acrylic-based pressure-sensitive adhesive.

COMPLY YES____ NO____

5.02 HEADLINER

The headliner shall be a durable fiber-reinforced panel, 0.09″ thick, with a textured, non-

porous white surface.

COMPLY YES____ NO____

5.03 HEAD PADS/CUSHIONS

Head pads located over all module access openings and seat backs shall be 1″ high-density

foam covered with heavy-duty vinyl matching upholstery.

Seat cushions shall be 3″ high-density foam covered with heavy-duty vinyl matching

upholstery (Section 3.08 related).

Locations and quantity of head pads to be confirmed at the preconstruction meeting.

COMPLY YES____ NO____

5.04X LOWER WALL COVERING

The squad bench sides and lower portion of the streetside wall up to the Action Area

countertop level shall be covered with brushed stainless steel.

COMPLY YES____ NO____

5.05X GRAB RAIL

One 120″ L x 1.250″ D stainless steel grab rail with three support brackets shall be securely

mounted to roof structural framing running through centerline.

COMPLY YES____ NO____

5.06 ACCESS DOOR GRAB RAILS

Each module access door shall have a 1.250″ L-style stainless steel grab handle which may

also be used as an entry assist rail.

COMPLY YES____ NO____

5.07X IV HOOKS

Two Perko #1309 IV hooks shall be installed, one on the streetside wall and one on the

curbside wall, exact locations to be determined at the preconstruction meeting.

COMPLY YES____ NO____

Page 38: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 38 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

5.08X COT MOUNT

A customer-supplied Stryker #6390 MTS Power Load system shall be installed in the

center of the floor by manufacturer, with a #6060-036-17 safety catch.

Power Load system to include:

-#639005550001 MTS Power Load

-#6392026000 Standard components

-#6392001901 Label, 6392-000-001 Spec

-#6392001015 Inductive charging option

-#6390700001 Floor Plate Assembly Kit

-#7777881660 1 year parts, labor, and travel

The Performance-LOAD anchor assembly shall be installed to position the aft end of the

cot 11″ forward of the rear doors. The mounting brackets shall be bolted through

reinforcement plates in the floor structure.

A 20-amp breaker and 10 ga. 12VDC power and ground charging wire shall be installed,

running from the electrical cabinet, for inductive cot charging.

A customer-supplied Stryker Power-Pro XT #6506 Cot with the following options shall

be shipped loose (Section 8.01 and 8.02 related):

-#6086602010 dual wheel lock

-#6085033000 PR cot retaining post

-#6506026000 Power Pro Standard components

-#6506040000 XPS option

-#6500147000 Equipment hook

-#6506034002 PWR-LOAD/PERF-LOAD option

-#6085031000 Trendelenburg

-#6500128000 Head end storage flat

-#650606160000 English manual

-#6500028000 120VAC SMRT charging kit

-#6060036017 short hook

-#6500003130 XPS knee Gatch bolster mattress

-#7777881669 3 yr. X-frame powertrain warranty

-#7777881670 1 yr. bumper-to-bumper warranty

-#0054030000 Domestic Ship (Not HI, AK, PR, GM)

-#650031500 3 Stage IV Pole PR option

-#6500241000 Fowler oxygen bottle holder

-#6500001430 X-Restraint package

-#6506170000 Defibrillator platform

-#6500130000 Pocketed backrest storage pouch

COMPLY YES____ NO____

5.09 COT PLATES

Three bright finish stainless steel cot plates, 6″ x 36″, shall be positioned between the rear

door and the forward wheel position. The cot plates shall be attached with a polyurethane

adhesive sealant system.

COMPLY YES____ NO____

5.10X ATTENDANT SEAT

Page 39: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 39 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

A rear facing Wise model #WM1637 child safety seat upholstered with heavy grade Dove

Gray vinyl, shall be located at head of cot, to clear head of cot and curbside front stack

when in swivel mode. It shall provide easy access to all action wall controls and outlets,

and to the patient. Seat shall swivel 180 degrees, have 3-point seatbelt, and be securely

anchored on a Wise #1934 swivel base.

One Wise model #WM2010 forward/side-facing patient transport attendant seat,

upholstered with heavy grade Dove Gray vinyl, shall be located near the streetside wall.

Seat shall swivel, have a 4-point automatic locking retractor harness, and be securely

anchored to a Wise #WM10239 low-profile base. It shall be able to fold flat to allow for a

backboard to be secured on top.

One Wise model #WM1655 forward/side-facing attendant seat, upholstered with heavy

grade Dove Gray vinyl, shall be located near the curbside wall. Seat shall swivel, have a 4-

point automatic locking retractor harness, 12º back, and be securely anchored to a Wise

#WM10239 low-profile base.

COMPLY YES____ NO____

5.11X OXYGEN SYSTEM

The entire oxygen system to be assembled with certified oxygen hose (1000 PSI burst

strength) with brass fittings, pressure tested, and certified. The electric oxygen system shall

be controlled through an electric solenoid with manual bypass, have an LED content

display, and audible low-pressure alarm. A switch labeled ″ELECT. O2″ shall be installed

in the attendant panel to turn the electric oxygen display panel and solenoid on or off. An

Amvex #GR-540 50 PSI shall be installed, and one Cast Products #0A0002 cylinder

wrench shall be shipped loose (Section 8.01 related).

Three Ohio type outlets with brass oxygen flowmeters, Ohmeda #O-QDWALL-L-OXY

quick connect style, shall be installed in the following locations:

- Two in Action Area #8

- one on the curbside wall above the squad bench

The entire oxygen delivery system shall be pressure-tested with a minimum of 150 lbs. per

square inch of pressure of nitrogen gas for a period of four hours.

COMPLY YES____ NO____

5.12 SUCTION PUMP

The unit shall have an electric pump as the source of suction. Control shall be on the

Attendant Panel. Suction pump shall be vented to the outside of the vehicle under the

module body. The pump shall be controlled by an on/off switch labeled ″ASPIRATOR″

on the attendant panel in Action Area (#8). Location of pump to be determined at the

preconstruction meeting.

COMPLY YES____ NO____

5.13A SUCTION COLLECTOR

An SSCOR suction unit with #22000 gauge/regulator and a stainless-steel container holder

shall be mounted on the streetside wall, in the Action Area.

COMPLY YES____ NO____

5.14X SEATBELTS

Page 40: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 40 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

Shall be DOT-certified and shall be installed with all passenger seating. The streetside and

curbside attendant seats shall each have a four-point harness. Three female seatbelt

receptacles each shall be bolted to the upper and lower streetside walls and three manual

adjustable belts with male buckles at both ends shall be provided, for securing a backboard.

One additional two-point seatbelt shall be installed on the aft wall.

The head of cot attendant seat shall have a three-point harness and a child safety seat.

COMPLY YES____ NO____

5.16 INSULATION

The module side, ends, roof, doors, and floor shall be insulated to enhance the interior

environment and to restrict heat, cold, and external noise from entering the module. The

insulation shall be a non-settling foam plank material of 2″, 1.5″, or 0.75″ thickness

depending upon location and available space.

Roof, doors, wall, and floor insulation shall be polyisocyanurate.

A 3″ wide, 60-mil, closed cell polyethylene foam tape shall be used as a thermal break on

the inside surface of the roof and wall tubes.

COMPLY YES____ NO____

5.17X MODULE CLIMATE CONTROL SYSTEM

Shall incorporate a combination heating/air conditioning unit with 36,000 BTU heating

and 32,000 BTU cooling. The unit shall have a 580CFM fan and have controls independent

of the cab system. The module system shall be controllable by a digital thermostat located

on the forward portion of the action area wall. A 12VDC water pump shall be installed to

increase the heating capacity and efficiency of the system.

A Hoseline #2050D 50,000 BTU auxiliary dual fan condenser with four 9" diameter puller

fans with a housing painted to match the module shall be mounted on the front of the

module to supplement A/C cooling capacity.

A vertical plenum shall be proved on the aisle side of the curbside front stack with four

louvers.

A wall port shall be installed to provide direct heat to the patient. A vacuum hose shall be

shipped loose (Section 8.01 related).

COMPLY YES____ NO____

5.18 EXTERNAL AIR INTAKE

To supplement heated or cooled air with fresh air, an external air intake shall be provided

on the side of the module. The intake shall consist of an opening protected by an aluminum

vent cover. The interior chamber of the intake shall be made of aluminum and be formed

to prevent the collection of moisture. Washable filter media shall be installed in the intake

chamber.

COMPLY YES____ NO____

5.19 AIR RETURN

A return air path with open area equal to at least twice the blower outlet area shall be

incorporated into the evaporator closeout.

COMPLY YES____ NO____

5.20A EXHAUST VENT

Page 41: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 41 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

A motor-powered exhaust vent shall be located in the curbside rear corner of the module,

controlled via momentary rocker switches in the streetside and curbside attendant panels

connected to an InPower module. Pressing the top of the switches shall turn on suction,

pressing the bottom of the switches shall turn off suction.

COMPLY YES____ NO____

5.21 NO SMOKING/FASTEN SEAT BELTS SIGNS

Two ″No Smoking/Fasten Seat Belt″ signs shall be installed - one in the cab on the glove

box door, and one in the Action Area on the streetside interior wall of the module.

COMPLY YES____ NO____

5.26X SHARPS/HAZARDOUS WASTE CONTAINERS

Two Kendall 8920SA 2-quart sharps containers and two 7-quart waste containers shall be

installed, one each behind the streetside and curbside attendant seats, mounted in painted

aluminum brackets on locking slides. The top of the waste containers shall be cut to fit

below the seats.

COMPLY YES____ NO____

5.29 OXYGEN WINDOW

A 6″ x 11″ clear polycarbonate oxygen window with knob and self-closing hinges shall be

installed.

COMPLY YES____ NO____

5.28X CLIMATE-CONTROLLED DRUG BOX

A 12VDC custom cool cabinet shall be installed in lower right front stack area, Cabinet #

20, with the compressor behind the cool cabinet. Exact location to be determined at

preconstruction meeting. The compressor shall be vented to the forward interior wall

structure. The evaporator plate shall be installed on the cabinet ceiling and angle down

towards the back corner of the cool cabinet to direct the condensate to the back of the

cabinet and drain to the exterior of the module. The cool cabinet shall be wired to be on

with ignition or when the shoreline is connected. The door shall be hinged on the right side,

with a Simplex lock.

COMPLY YES____ NO____

5.31 FIRE SUPPRESSION

One Kidde #25614 5 lb. ABC fire extinguisher, with vehicle mount, shall be provided

and shipped loose (Section 8.01 related).

COMPLY YES____ NO____

5.32 GLOVE BUTLER

Cabinets #3, 10 shall provide storage for three glove boxes each. Cabinet #14 shall provide

storage for four glove boxes.

COMPLY YES____ NO____

Page 42: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 42 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

6 ELECTRICAL All added body and chassis electrical equipment shall be served by circuits separate and

distinct from the vehicle chassis circuits. All vehicle wiring shall be copper and conform

to all SAE J1128 requirements. The wiring shall be colored, numbered, or function coded

every 3″ for permanent identification and correspond with the vehicle schematics.

Solderless, insulated connectors shall be used. Slotted Panduit-style wiring duct shall be

used in power component module to ensure air circulation throughout power component

wiring. The wiring shall be routed in conduit or looms and wiring shall be secured to the

underbody or frame with insulated metal cable straps. All power distribution cabling shall

be covered with a protective split loom. Where wiring passes over the exhaust, a heat shield

shall be installed. The power component module shall be equipped with positive locking

plugs to provide easy disconnect for remount or repair of body. All wiring devices,

switches, outlets, etc., except circuit breakers, shall be rated to carry 125% of the maximum

ampere load for which the circuit is protected.

The vehicle electrical system shall be tested and certified to AMD 005 requirements.

COMPLY YES____ NO____

6.01X ELECTRICAL LOAD DEVICES

Body electrical wiring shall utilize overload protective devices of the automotive-type

circuit breaker. In addition, one single pole, 20-amp circuit breaker shall be provided for

future use. The circuit breakers, relays, and other electrical items shall be located in the

enclosed power component module, for ease of serviceability.

A spare 15-amp circuit breaker shall be provided for future use.

COMPLY YES____ NO____

6.02 VOLTMETER/AMMETER

A single display voltmeter/ammeter shall be installed on the side of the console, driver's

side, which simultaneously displays voltage and alternator current when the ignition is on.

Display flashes and buzzer shall sound to indicate low voltage. COMPLY YES____ NO____

6.04 IGNITION CONTROL

Chassis electrical circuits shall be controlled by the ignition switch as provided by the OEM

chassis manufacturer. The auxiliary chassis-related functions shall be powered by one 100-

amp continuous duty solenoid, triggered by the chassis ignition.

COMPLY YES____ NO____

6.05X MODULE POWER

Module power shall be controlled by a console-mounted Cole Hersee #301301 switch

labeled ″MODULE DISC.″ which activates a CDR-400 solenoid. An ignition interlock

shall disconnect module power 15 minutes after vehicle's ignition is turned off. The

interlock shall also allow module power to be reactivated independently for 15 minutes by

cycling either the ignition switch or the module disconnect switch. The CDR-400 shall turn

off module power without delay when the module disconnect switch is turned off.

An LED light with a green lens shall be installed to indicate when the module power

disconnect switch is activated.

COMPLY YES____ NO____

Page 43: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 43 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

6.06 WIRING ACCESS

All cabinets and compartments shall have removable panels as needed to access wiring

harnesses and hoses.

COMPLY YES____ NO____

6.07X BACK-UP ALARM

An Ecco #540 back-up alarm with a sound output level of at least 90 dB shall be installed,

with a momentary disable switch in the driver's console. If disabled while in reverse, the

back-up alarm shall automatically reset when shifted out of reverse.

COMPLY YES____ NO____

6.08 SERVICE LOOP

A 6″ service loop of wire or harness shall be provided at all electrical components,

terminals, and connection points, per KKK-A-1822-F requirements.

COMPLY YES____ NO____

6.09X DRIVER'S CONSOLE/MAP BOX (*TO BE DISCUSSED*)

A driver's console made of black-powder-coated formed aluminum shall be installed

between the seats. It shall have a custom switch panel with the following layout, two cup

holders, and a map holder with six mill-finished aluminum dividers. Exact layout to be

confirmed at the preconstruction meeting.

Passage

Door

Ajar

Compt.

Door

Ajar

Back-up

Disable Cole Hersee Master

Disconnect Switch

Mic

Clip

1. 2. 3. 4. 5. Mic

Clip Emerg.

Master Pri/Sec Blank Blank Blank

6. 7 8 9 10.

Left

Scene

Right

Scene

Rear

Scene

Rear

Scene

Back-up

Alarm

Siren

Motorola XPR5550 All-in-one Radio

COMPLY YES____ NO____

Motorola 05 remote head on bracket

Page 44: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 44 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

ADDITIONAL CONSOLE ITEMS:

A Ram Mounting Systems #Ram-B-316-1-TAB8 universal mount with Tab-Tite bracket

for 10″ customer-supplied-and-installed tablet(s) shall be installed on the passenger side

of the driver's console. Make/model of mount to be confirmed at preconstruction meeting.

COMPLY YES____ NO____

6.10X SWITCHES

Shall be lighted Euro-style rocker-type and permanently marked by function, except where

other specified. Switch illumination shall be controlled via headlight switch rheostat.

COMPLY YES____ NO____

6.12A DOOR AJAR WARNING LIGHTS

A flashing LED light with a red lens shall warn the driver of an open module passage door,

and a flashing LED light with an amber lens shall warn the driver of an open module

compartment door when the vehicle is out of park. Lights shall be installed on the driver's

console.

COMPLY YES____ NO____

6.13X ATTENDANT CONTROL PANEL

An attendant panel shall be located on the streetside wall forward portion of the action area.

Panel shall include one row of switches, as follows:

1. Dome Left (Hi/Lo/Off) 3. Aspirator 5. Attendant Light (SS)

2. Dome Right (Hi/Lo/Off) 4. Vent 6. Blank

A separate inverter control panel shall be located next to the attendant control panel.

An attendant panel shall be located on the curbside wall closeout, aft of Cabinet #11. Panel

shall include one row of switches, as follows:

1. Dome Left (Hi/Lo/Off) 3. Aspirator 5. Attendant Light (CS)

2. Dome Right (Hi/Lo/Off) 4. Vent 6. Blank

6.14X CABINET LIGHTING

The wall area below Cabinet #1 shall be lighted utilizing an under-cabinet Whelen

#3SRCCDCR dual red/white LED light with a White-Off-Red switch labeled

″ATTENDANT LIGHT″ in the attendant control panel.

Ten in-cabinet vertical Solico #RH-12D-L192-R-000 blue LED strip lights shall be

installed, two each in Cabinets #2, 3, 4, 5, and 11. An on/off switch labeled ″IN-CABINET

LIGHTING″ shall be installed in streetside attendant panel.

COMPLY YES____ NO____

6.15 STEPWELL LIGHT

A Whelen #3SC0CDCR Clear Lens Clear 3″ LED light shall be installed on the aft wall of

the curbside door stepwell. It shall automatically activate when the curbside or rear passage

doors are opened.

COMPLY YES____ NO____

Page 45: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 45 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

6.16X MODULE INTERIOR LIGHTING

Shall be designed to keep vehicle height to a minimum without interfering with the

structural integrity of the roof. Module interior lighting shall consist of seven Whelen

#80C0EHCR dual intensity LED recessed lights – one bank of four lights shall be

positioned toward streetside and one bank of three lights toward curbside. There shall be a

control switch for each bank of dome lights in both the streetside attendant panel and in the

curbside attendant panel. An InPower module shall be installed in the electrical cabinet and

connected to Hi/Lo/Off momentary switches in the streetside and curbside attendant

panels. Dome light switches shall be momentary contact with center off position. Pressing

the top of the switch shall increase intensity. Pressing the bottom of the switch shall

decrease intensity.

The curbside bank of lights shall be automatically activated when the rear or side doors are

opened or by a momentary rocker switch labeled "DOME TIMER" mounted on the wall

near the curbside passage door, which shall activate a battery hot timer. Pressing the switch

once shall initiate 15-minute timed operation of the lights. Pressing the switch again shall

cancel the timed operation.

COMPLY YES____ NO____

6.17 BASIC EXTERIOR LIGHTING

Basic lighting shall include headlights, parking lights, directional signal lights, tail and stop

lights, license plate light, back-up lights, hazard lights, identification lights, clearance

lights, and side marker lights as required by FMVSS 108. Module identification lights,

clearance lights, and side marker lights, unless included on a lightbar, shall be Truck-Lite

LED Model 36. Rear and side reflex reflectors shall be installed in accordance with

FMVSS 108 requirements.

Rear Model 36 red lights at mid-height on the module shall operate as marker lights and

turn signal lights.

Rear stop/tail, turn and back-up lights shall be Whelen 600 Series LED lights with chrome

flanges. The #60BTT Red Lens red stop/tail light, and #60C00WCR maximum intensity

Clear Lens Clear back-up light shall be installed in the rear kick panel, with the BTT lights

outboard. #60A00TAR Amber Lens Amber turn signals shall be installed above the rear

kick panel, above the brake lights. The back-up lights shall activate automatically when the

vehicle is placed in reverse.

Two Whelen #0SA00FCR Clear Lens Amber LED steady-burn clearance lights shall be

installed outboard on the angled portions of the rear bumper.

COMPLY YES____ NO____

6.18X COMMUNICATIONS EQUIPMENT

The customer shall be responsible for powering up and tuning of any Motorola radio

equipment.

Item #1

Description: One Motorola #XPR5550E all-in-one VHF radio transceiver with

136-174Mhz digital / analog 45 watt, BT/GPS 1,000 channels, 5-line color display

includes microphone, external speaker, bracket, power cable, reference card and in

dash mounting kit.

Location: Driver's console

Additional Instructions: All connections shall be made, including antenna,

antenna cable(s), battery power, ignition power, and grounds. Prior to powering up

Page 46: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 46 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

of the module, all in-line fuses of radio equipment shall be removed and secured

to their fuse holders. COMPLY YES____ NO____

Item #2

Description: One Motorola #NAPX7500 high power UHF radio with SW Astro

ready, conventional operations, 05 control head, APX control head software,

microphone, external speaker, handset with hang up cup, dual control head

hardware, 17.00 feet control cables, Pyramid synthesized vehicular narrowband

repeater 150-174Mhz 12.5 KHz, notch filter 150-174Mhz, pre-selector filter 150-

174Mhz, Pyramid SVR200 to Motorola XPR interface cable, RF jumper from

repeater to pre-selector controller and notch filter

Location: Remote head with bracket on driver's console, transceiver location to

be determined at the preconstruction meeting

Additional Instructions: All connections shall be made, including antenna,

antenna cable(s), battery power, ignition power, and grounds. Prior to powering up

of the module, all in-line fuses of radio equipment shall be removed and secured

to their fuse holders.

COMPLY YES____ NO____

Item #3

Description: One Henry Radio #C130AB30 136-174 MHz 20-40 watt power input

70-140 watt power output mobile PF analog amplifier, with RF jumper for radio

to amplifier shall be installed.

Location: Cabinet #7

Additional Instructions: All connections shall be made, including antenna,

antenna cable(s), battery power, ignition power, and grounds. Prior to powering up

of the module, all in-line fuses of amplifier equipment shall be removed and

secured to their fuse holders.

COMPLY YES____ NO____

6.19X ANTENNA MOUNTS AND CABLES

Three Maxrad #PCTEL #MXRKE794 NMO universal antenna mounts with 30 ft. RG58/U

coaxial cables, Larsen HyPer master universal connectors and mini-UHF adapters shall be

installed in locations to be determined at the preconstruction meeting. Rooftop antenna

base access shall be through the dome light openings and the cables shall terminate, two at

the driver's console, and one in the Action Area wall near the attendant switch panel. All

antenna cables shall be labeled at both ends, color-coded or numbered, and have an 8 ft.

service loop at the termination points.

Three Larsen two-way radio antennas shall be installed, locations to be determined at the

preconstruction meeting:

− Larsen NMO150C VHF 144-174Mhz 3 dB Hy-gain with spring

− Larsen NMO450C UHF 450-470Mhz 5 dB Hy-gain with spring

− Larsen NMOQB VHF quarter wave, Black with trunk groove bracket

COMPLY YES____ NO____

6.20 BLOCK HEATER

A block heater, with On/Off switch in 120VAC power box, shall be wired to the 120VAC

shorepower system and shall be circuit protected (Section 1.01.02 related).

Page 47: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 47 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

COMPLY YES____ NO____

6.21 120VAC/SHORELINE CIRCUIT BOX

Utility power shall be furnished from 120VAC shorepower via a Kussmaul #091-55-20-

120 20-amp Super Auto-Eject amp plug with a white cover on a stainless-steel plate with

a green indicator light located on the driver's side of vehicle and distributed via a formed

0.125″ aluminum power box recessed into the streetside front compartment. The cord end

for the shoreline shall be shipped loose (Section 8.01 related). Power box shall be flush

mounted so as to maximize compartment size and shall have an easily removable cover.

The box shall contain three 120VAC duplex receptacles and one 120VAC duplex GFCI

receptacle for power distribution.

Toggle-style circuit breakers shall be installed for overcurrent protection and circuit

isolation:

- Block heater (15 Amp)

- Inverter (15 amp)

All receptacles outside of the power box shall be ground-fault-circuit-interrupting (GFCI)

protected by one GFCI receptacle located in the Action Area.

Five interior 120VAC duplex receptacles shall be mounted:

- Two in Action Area (#8)

- One in Cabinet #11

- One Curbside Attendant Area #12

- One Cabinet #19

COMPLY YES____ NO____

6.22 BATTERY GROUNDS

In addition to OEM grounds, the following ground circuits shall be added: 4 ga. ground

cable from module power component panel to frame, two braided ground straps from the

module body to the chassis to reduce RF interference.

COMPLY YES____ NO____

6.23X BATTERY CHARGER

A 55-amp battery charger shall be provided as part of Vanner #20-1050CUL-DC system

(Section 6.31X related).

COMPLY YES____ NO____

6.24 BATTERY MODIFICATIONS

Utilize chassis batteries as they exist.

COMPLY YES____ NO____

6.25 12VDC POWER SUPPLY

Item #1 Description: Three NAPA #782-163 12VDC, 20-amp cigar type receptacles

shall be provided and installed:

Locations: One in the Action Area (#8), one in the Curbside Attendant area

(#12), and one on the back wall of Cabinet #19.

COMPLY YES____ NO____

Page 48: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 48 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

Item #2 Description: Two Blue Sea #5025 ST blade fuse blocks, each with six

Circuits, negative BUS and covers, protected by a 40-amp breaker

Locations: One behind passenger seat, ignition hot; One behind passenger

seat, battery hot

COMPLY YES____ NO____

Item #3 Description: Two Kussmaul #091-219-4 4.2-amp USB switch-insert-style

ports shall be installed

Locations: One on the Action Area wall; One in the driver's console

COMPLY YES____ NO____

6.26 COMPARTMENT LIGHTING

Two vertical Solico #RH-12D-LP-192-R-00 LED white strip lights from Wes Garde

Components Group shall be installed inside the doorjambs of all outside compartments and

shall be activated by the respective compartment door switch when the driver’s console

″MODULE DISC.″ switch is in the “on” position (Section 6.09X related). Shall be a total

of twelve lights.

COMPLY YES____ NO____

6.27X EXTERIOR DOOR SWITCHES

Shall be magnetic switches.

COMPLY YES____ NO____

Page 49: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 49 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

6.30X EMERGENCY WARNING SYSTEMS

Emergency light system shall operate in a dual mode, in compliance with KKK-A-1822-F

requirements. All flashers shall operate in primary function to clear the right of way.

Selected flashers shall activate in secondary ″hazard″ mode, to indicate vehicle stopped in

right of way. Mode shall be controlled by ″PRI/SEC″ switch with an indicator light on the

driver's console (Section 6.09X related).

COMPLY YES____ NO____

6.30.01 FRONT FLASHERS

Seven Whelen 900 Series LED flashers with chrome flanges shall be installed on the upper

front of the module, pattern from curbside to streetside:

Curbside: #90RR5SCR Clear Lens Red LED flasher

#90CC5SCR Clear Lens White LED flasher

#90RR5SCR Clear Lens Red LED flasher

Center #90CC5SCR Clear Lens Clear LED flasher

#90RR5SCR Clear Lens Red LED flasher

#90CC5SCR Clear Lens White LED flasher

Streetside: #90RR5SCR Clear Lens Red LED flasher

Lights shall be controlled by the ″PRI/SEC″ switch on the driver's console (Section 6.09X

related).

COMPLY YES____ NO____

6.30.02X REAR FLASHERS

Three Whelen 900 Series LED flashers with chrome flanges shall be installed on the upper

rear of the module, pattern from curbside to streetside:

Curbside: #90RR5SCR Clear Lens Red LED flasher

#9SC0ENZR LED scene light (Section 6.30.04X related)

Center #90AA5SCR Clear Lens Amber LED flasher

#9SC0ENZR LED scene light (Section 6.30.04X related)

Streetside: #90RR5SCR Clear Lens Red LED flasher

Lights shall be controlled by the ″PRI/SEC″ switch on the driver's console (Section 6.09X

related).

COMPLY YES____ NO____

6.30.03X FLASHERS

Six Whelen #90RR5SCR Clear Lens Red LED flashers with chrome flanges shall be

installed - two on each side of module in upper corners and two on the rear of the module

at window height, to be seen through the windows when the doors are open.

Lights shall be controlled by the ″PRI/SEC″ switch on the driver's console (Section 6.09X

related).

COMPLY YES____ NO____

Page 50: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 50 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

6.30.04 SCENELIGHTS

Six Whelen 900 Series Model #9SC0ENZR LED scenelights with chrome flanges shall be

installed - two each on the curbside and streetside of the module in the upper corners,

inboard of the flashers, and two on the rear of the module, inboard over the rear passage

doors. The side door shall activate the curbside scenelights. The rear load lights shall be

activated by the rear passage doors or when the vehicle is placed in reverse. The scenelights

shall also be controlled by the respective switches on the driver's console (Section 6.09X

related).

COMPLY YES____ NO____

6.30.05X SPOTLIGHT

An Optronics #KB4003 400,000 candle power handheld spotlight with a minimum of 8ft

of cord and momentary switch shall be hardwired to 12VDC connections under the

passenger seat.

COMPLY YES____ NO____

6.30.06 INTERSECTION LIGHTS

Four Whelen #70R02FCR Clear Lens Red LED intersection lights with Cast Products

chrome housings shall be installed, one on each cab fender and one above each wheel well.

Lights shall be controlled by the ″PRI/SEC″ switch on the driver's console (Section 6.09X

related).

COMPLY YES____ NO____

6.30.08X GRILLE LIGHTS

Four Whelen #70R02FCR Clear Lens Red LED intersection lights with Cast Products

#LH32702 chrome housings shall be installed on the OEM grille cross member.

Lights shall be controlled by the ″PRI/SEC″ switch on the driver's console (Section 6.09X

related).

COMPLY YES____ NO____

6.30.09X SIREN

Shall be a Whelen 295SLSA1, 200-watt, wired ignition hot (in the ″On″ position). Standard

features shall include Radio Rebroadcast, Public Address, Manual, Wail, Yelp, Air horn,

and Piercer tones. The siren’s hands-free function shall operate through the OEM horn ring

circuit when the sirens rotary selector is in the HF position and the Emergency Master

switch in on.

COMPLY YES____ NO____

6.30.10A SIREN SPEAKERS

A Cast Products Thru-the-Bumper mount system with two 100-watt cast aluminum

speakers shall be installed in the OEM chassis bumper.

COMPLY YES____ NO____

6.30.12X FLASHER CONTROL

A Vanner #9860GCPE programmable flasher shall be installed. The warning lights shall

flash at a rate of 75-80 flashes per minute, and the warning lights on rear of module shall

flash in an ″X″ pattern.

COMPLY YES____ NO____

Page 51: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 51 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

6.31X INVERTER

A Vanner #20-1050CUL-DC modified sine wave inverter/battery charger shall be installed

in Compartment #1 with a perforated surround, exact location to be determined at the

preconstruction meeting.

COMPLY YES____ NO____

6.40X ELECTRIC DOOR LOCKS

Electric door locks shall be installed on all compartment and module passage doors. Two

lock/unlock switches shall be provided in the module: one located on the rear curbside

passage door, and one located on the curbside passage door. The door locks for the cab and

module shall be interconnected, to allow all doors to be locked/unlocked from either the

cab or module.

Two hidden unlock switches shall be installed: one located behind the OEM grille on the

passenger side, and one behind the rear license plate.

COMPLY YES____ NO____

6.46X BACK-UP/TURN CAMERA SYSTEM

A Rosco #STSK5530 back-up/curbside turn camera system shall be installed, including

two Rosco #STSC109B surface-mounted cameras: one above the rear passage doors, and

one below the curbside forward warning light, exact location to be determined at the

preconstruction meeting. A rear-view mirror/monitor shall be installed in the OEM mirror

location. The back-up camera shall automatically display on monitor when the vehicle is

placed in reverse, and the turn signal camera shall automatically display on the monitor

when the curbside turn signal is activated.

The OEM mirror shall be shipped loose (Section 8.01 related).

COMPLY YES____ NO____

Page 52: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 52 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

7X SUPPORTING DOCUMENTATION

Shall be provided with vehicle and consists of the following items:

1. Chassis owner information packet, including chassis warranty card and owner's info

2. Chassis maintenance and operating tips (OEM)

3. Extra set of keys

4. Lifetime module warranty

5. Factory warranty on Chassis

6. 7 Year/75,000 mile limited electrical warranty

7. 2 Year/30,000 mile Conversion Warranty

8. 5 Year Paint Warranty

9. Module remount engineering check list

10. Climate control information and warranty

11. Main schematic

12. Electrical Load Test

13. Wire coding list

14. Schematics for standard system: (As Built)

- Driver switch console

- Attendant switch console

- Climate control system

- Dual battery system

- Module harness routing

- Interior and exterior lights

15. Operations manual

16. Schematics for individual options

17. Warranty and parts list for lightbar, etc.

COMPLY YES____ NO____

7.03 LABELS/PLATES

1. ″SHORE INLET 120VAC 60 HZ″

2. ″ANTENNA ACCESS″

3. ″120VAC OUTLET″

4. ″12VDC OULET″

5. ″DIESEL ONLY″

6. ″NO SMOKING / OXYGEN EQUIPPED″

7. ″FASTEN SEAT BELTS″

These label and placards shall be installed at all required locations per the current Federal

Ambulance Specification KKK-A-1822-F requirement guidelines.

COMPLY YES____ NO____

Page 53: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Ford Chassis 53 of 53 Navajo Nation EMS

06-10-2019 Bid-Ready Specification

8 MISCELLANEOUS EQUIPMENT

8.01 LOOSE EQUIPMENT

The following equipment shall be shipped loose with the vehicle:

1. Touch Up Paint, one bottle each

- Oxford White (GLV-10019982)

- Interior White (G233631 Alt 2)

- Lt Gray (GLV-51748)

2. 20-amp Cord End for Shoreline

3. One Cast Products #0A0002 cylinder wrench

4. Two Antenna Coax Ends

5. One Kidde #25614 5 lb. ABC fire extinguisher, with vehicle mount

6. OEM tire jack and tools

7. Spare tire and Wheel

8. OEM mirror

COMPLY YES____ NO____

8.02 CUSTOMER-SUPPLIED EQUIPMENT

The customer shall provide the following equipment and have delivered to the selected

manufacturer.

1. Stryker #6392 non-loading Performance-LOAD cot fastener system (with options

listed in Section 5.08X)

2. Stryker 6506 PowerPro cot (with options listed in Section 5.08X)

COMPLY YES____ NO____

8.03 EQUIPMENT TO BE INCLUDED

The following equipment shall be included as options.

1. Grille Guard

a. Fab Fours – Black Steel Elite Full Width Black Powder Coat Front HD

Bumper with Full Grille Guard; 12 ga steel, including tow hooks

2. Blue/White Scotchlite Chevrons on rear and side passage door skins

Page 54: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Form W-9(Rev. October 2018)Department of the Treasury Internal Revenue Service

Request for Taxpayer Identification Number and Certification

▶ Go to www.irs.gov/FormW9 for instructions and the latest information.

Give Form to the requester. Do not send to the IRS.

Pri

nt o

r ty

pe.

S

ee S

pec

ific

Inst

ruct

ions

on

pag

e 3.

1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.

2 Business name/disregarded entity name, if different from above

3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes.

Individual/sole proprietor or single-member LLC

C Corporation S Corporation Partnership Trust/estate

Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ▶

Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner.

Other (see instructions) ▶

4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3):

Exempt payee code (if any)

Exemption from FATCA reporting

code (if any)

(Applies to accounts maintained outside the U.S.)

5 Address (number, street, and apt. or suite no.) See instructions.

6 City, state, and ZIP code

Requester’s name and address (optional)

7 List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN)Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later.

Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter.

Social security number

– –

orEmployer identification number

Part II CertificationUnder penalties of perjury, I certify that:

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue

Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and

3. I am a U.S. citizen or other U.S. person (defined below); and

4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.

Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.

Sign Here

Signature of U.S. person ▶ Date ▶

General InstructionsSection references are to the Internal Revenue Code unless otherwise noted.

Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9.

Purpose of FormAn individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following.

• Form 1099-INT (interest earned or paid)

• Form 1099-DIV (dividends, including those from stocks or mutual funds)

• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)

• Form 1099-B (stock or mutual fund sales and certain other transactions by brokers)

• Form 1099-S (proceeds from real estate transactions)

• Form 1099-K (merchant card and third party network transactions)

• Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition)

• Form 1099-C (canceled debt)

• Form 1099-A (acquisition or abandonment of secured property)

Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN.

If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later.

Cat. No. 10231X Form W-9 (Rev. 10-2018)

Page 55: LEGAL NOTICE BID # 19-12-2210LE Folder/RFP - Bid 19-12-2210LE, Prop… · Ford Chassis 2 of 53 Navajo Nation EMS 06-10-2019 Bid-Ready Specification REQUEST FOR PROPOSALS BID # 19-12-2210LE

Contracts and Grants Section, OMB P.O. Box 646, Window Rock, AZ 86515 (928) 871-6470, Fax 871-6567

NAVAJO NATION CERTIFICATION

Regarding Debarment and

Suspension

Applicant acknowledges that to the best of his/her knowledge that their company and principal

participants on this contract:

1. Are not debarred, suspended, or otherwise slated for debarment, ineligible and/or excluded

from participation on Federal, State, and Tribal Government contracts etc.

2. Are not presently nor have been under criminal indictment or civilly charged by a

governmental entity (Federal, State, and Tribal Government) for fraud, forgery,

falsification, theft, bribery, destruction of records, receiving stolen property and other

criminal offenses in the administration of a government contract.

3. Have not been terminated for cause or convenience by a governmental entity in the

administration of a government contract (Federal, State, and Tribal Government).

4. If the Navajo Nation determines that the Certificate provided herein is not true, it will be

grounds to terminate the contract and pursue other legal remedies.

Applicant's Address Name & Signature of Applicant

Type or Print Name

Signature Date