Loading...
HomeMy WebLinkAbout08- City Administrator CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Shauna Clark Subject:Ratification of actions taken City Administrator by Mayor and Common Council Dept: relative to negotiation of lease IGINAL with E/One for purchase and Date: October 28 , 1996 OR delivery of eight ambulances. Synopsis of Previous Council action: 10/21/96 -- Mayor and Council approved negotiation of a lease with E/One for the purchase and delivery of eight ambulances. (Heard as Urgency Item) 10/07/96 -- Mayor and Council authorized City Administrator to oversee implementation of EMS transport. RECOMMENDED MOTION: That the following actions taken by the Mayor and common Council at their meeting of October 21, 1996, with respect to the negotiation of a lease with E/One for the purchase and delivery of eight ambulances, be ratified: That the Mayor and Common Council authorize a committee composed of the Purchasing Agent, the Fleet Maintenance Manager and a representative of the Fire Department to negotiate a lease with E/One for the delivery of eight ambulances to the City of San Bernardino; that the Mayor be authorized to sign the lease conforming to the following general parameters: 1. The price of each ambulance shall not exceed $83,000; 2. The annual lease payment shall not exceed $160,000; 3. Interest charges shall be approximately 6% per annum; 4. Delivery shall take place prior to April 1, 1997; 5. The term of the lease will be five years, with the appropriate , cancellation clauses; 6. The first lease payment will not be due until 1998; Signature 7. The lease will be subject to the approval of the City Attorney. Contact person: Shauna Clark Phone: 5122 Supporting data attached:no Ward: FUNDING REQUIREMENTS: Amount: $160 , 000 Source: (Acct. No.) Acct. Description) EMS Enterprise Fund Finance: Council Notes: Agenda item No CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Shauna Clark, City Administrator Subject: Negotiation of a lease with E/One for the delivery of 8 Dept: City Administrator ' s Office ambulances . Date: October 21, 1996 Synopsis of Previous Council action: 10/07/96 Mayor and Common Council authorized the City Administrator to oversee implementation of EMS transport . Recommended motion: That the Mayor and Common Council authorize a committee composed of the Purchasing Agent, the Fleet Maintenance Manager, and a representative of the Fire Department to negotiate a lease with E/One for the delivery of 8 ambulances to the City of San Bernardino. The general parameters of the lease are as follows: 1. The price of each ambulance shall not exceed $83,000; 2. The annual lease payment shall not exceed $160,000; 3. Interest charges shall be approximately 6% per annum; 4. Delivery shall take place prior to April 1, 1997; 5. The term of the lease will be five years, with the appropriate cancellation clauses; a l 6. The first lease payment will not be due until 1998; 7. The lease will be subject to the approval of the City Attorney. /Signature Contact person: Shauna Clark Phone: 5122 Supporting data attached: Ambulance Bid Specs Ward: FUNDING REQUIREMENTS: Amount: $160 , 000 Source: (Acct No.) Acct. Description) EMS Enterprise Fund (currently unfunded. Finance: Council Notes: 75-0262 Agenda Item No. YES NO CITY OF SAN BERNARDINO FIRE DEPARTMENT TYPE I AMBULANCE BID SPECIFICATIONS SPECIFICATIONS FOR BID Vendor shall attach one (1) copy of entire specification and note compliance with all terms, conditions and other information as may be listed below each paragraph. Special Note: To .the right of each paragraph is a comply column. Bidder is required to check one of the appropriate boxes for compliance or non-compliance. Checking a "No" box will not necessarily disqualify the bidder from consideration, but is intended only to provide the purchaser and the purchaser's Specification Committee with a means of determining overall compliance and judge whether or not the non-compliance statement will affect the intended function, durability and service required for this purchase. I All . paragraphs marked "No" must be referenced and explained in the "Exceptions" section of the bid. Final inspection of the vehicle will be accomplished using these specifications to determine compliance. Therefore, paragraphs marked as complying will be inspected as such. SECTION 2 - GENERAL TERMS AND CONDITIONS: Scope: This specification covers a new, tested and certified, commercially produced emergency vehicle of the type specified in the Ambulance Design Criteria of the National Highway Traffic Safety Administration, U.S. Department of Transportation, Washington, D.C. This specification is based upon compliance to minimum standards as outlined in the current Federal Ambulance Specification KKK-A-1822, dated November 1, 1994, and may reference specific paragraphs throughout these specifications. The intent of this specification is to purchase a vehicle that complies with these minimum standards, and other Federal referenced standards in effect at time of issuance. Where these specifications do not reference any specific section of the KKK-A-1822 1 y YES NO document, it is not to be construed that the paragraph is not required for compliance. However, where specific requirements are detailed in this specification, they will supersede those referenced in the KKK-A-1822 document. Bids are solicited from all recognized and documented manufacturers of such body styles holding certifications by qualified and accepted independent testing and/or engineering firms. In-house engineers will not be acceptable for determination of compliance with these standards, since this agency will require complete unbiased determination of compliance. The bidder shall point out any discrepancies in this specification document that may violate any FMVSS or state government licensing requirements. Failure of a vehicle to be certified due to omission or violation of these requirements will be the liability of the vendor. Full Certification Work Sheet Documentation Requirement: Full certification data work sheets outlining compliance to all test requirements for the specified chassis and ambulance type will be required for evaluation prior to final contract award, at the discretion of the review committee. Processing and shipping costs associated with the book will be the responsibility of the bidder. Failure to submit complete documents within five (5) days of notification will render the bid non-responsive due to inability to complete evaluations. Submission of falsified or altered documentation of any description will immediately disqualify the bidder from further evaluations and consideration. Purgose The purpose of these specifications is to provide a nationally recognized, quality constructed emergency vehicle which shall be easily maintained to insure maximum service life, and above all , operational safety during the provision of emergency care to the general public. Contract: These specifications shall become a part of the final contract. There is no intention to disqualify any bidder who meets the minimum requirements of these specifications. It should be noted, however, that this 2 YES NO specification is written to address specific needs of the purchaser. As such, price will not be the primary consideration in the final bid award. Purchase will be made from the vendor whose product exhibits and meets all established requirements, at the most competitive price. An escape clause to the contract is required should any pending court decision make it illegal for the City of San Bernardino F.D. to transport patients. Liquidated Damages Delivery of the completed apparatus is extremely important to the City of San Bernardino. The eight (8) completed apparatus shall be delivered on or before April 1 , 1997. If delivery is not made at that time, the City of San Bernardino shall suffer financial harm. Since it is difficult and impractical to ascertain and determine the actual damages which would be sustained, it is agreed that the successful bidder shall pay to the City of San Bernardino as fixed and liquidated damages, not as a penalty, the sum of $100 dollars per day per vehicle for a period of 30 days past April 1 , 1997. Failure to deliver past that date shall render the contract invalid. BID UIREIUMS Each vendor must comply with the following: A. In order that an equal uniform comparison may be made, all bids must be submitted in the exact chronological format herein outlined and on this bid proposal form and signed by an authorized officer of the bidding company. Bidders standard proposal and/or contract documents will not be considered in lieu of bid proposal format herein required. Purchaser will not attempt to decipher various manufacturer's proprietary specification documents, etc. in an effort to determine compliance with all items required herein, and to make a determination if all bidders are bidding equal components and quality. B. These specifications are intended to provide a common standard to which all vendors shall comply. For this reason, the bidder must respond to each individual item in the checklist by indicating "Yes" or "No" . Failure to do so will disqualify the bid. C. If the bidder is not going to furnish the item exactly as described in these specifications, he must indicate 3 YES NO a deviation even though he may feel he is exceeding what is described. For each deviation taken, the bidder must include sufficient data on the intended substitution for a proper evaluation to be made. Terms such as "to the intent of" will not be acceptable and may deem the bid unacceptable for evaluation. Descriptive Materials: Descriptive material such as plans, drawings, photographs , diagrams , illustrations, written descriptions, and manufacturer's literature which will enable the purchaser to determine the exact quality, design, and appearance of the apparatus proposed, shall accompany the bid. Complete Ambulance: This bid is for a complete ambulance, as outlined herein. No omissions shall be permitted, and the ambulance shall be complete and ready to use upon delivery. vendor Liabilities: Successful bidder assumes all liability for patent infringements, trademarks, etc. , if any, in construction of the ambulance outlined herein and shall deliver the ambulance free of all liens. Both the chassis and body manufacturer's original statement of origins, properly assigned to purchaser, shall be furnished upon completion of contract, acceptance, and final payment. Payment will be made promptly at final acceptance. Bidders are cautioned that a certificate of origin from the body builder only is not acceptable. A. Bids must be held firm until October 31 , 1996 to permit examination and comparison, unless otherwise specified. B. No bid may be withdrawn, modified or otherwise changed once the bids have been opened. It will be assumed that each bidder has thoroughly and completely familiarized themselves with these specifications at time of bid. Modification to a bid, once submitted, will not be permitted. Simply stated, if any item, feature, option, etc. is not stated in writing in bidder's proposal, it will not be considered. Bidders are cautioned that verbal or written modifications to already opened bids are neither valid, or considered ethical , and the comparison and selection of bid award 4 YES NO will proceed only from what is stated in bidder's written proposal. C. No alternate bids shall be accepted. NO EXCEPTIONS. D. Purchaser reserves the right to reject any or all bids, and to determine the proposal deemed in the best interest of purchaser from among those properly submitted, in accordance with these specifications and the laws of this State. Lowest bid will not govern the purchase wholly. Bid award will be made from all considerations such as quality, conformance with these specifications, and completeness of proposal. E. By signing this bid, the bidder has agreed to all terms and conditions of this specification, except as noted separately. F. Pre-Construction Conference - Successful bidder will be required, prior to issuance of a final contract, to have a Pre-Construction Conference which can also be classified as a Post-Bid Conference. Bidder must be present in person to finalize all details and answer any final questions the purchasing and specification committee have regarding the bid proposal submitted. No contract or authorization to begin construction will be authorized until such time as this conference is scheduled, or determined not to be necessary. All necessary materials and final drawings required in this contract will be required to be presented at this meeting, if not required prior to the bid opening. Conference to be held in the City of San Bernardino. Apparatus Delivery Point: Apparatus shall be quoted F.O.B. the site of manufacturing. Delivery In poction Procedure: Upon arrival , vehicle purchased will be inspected, using this specification document, and each item and paragraph of the attached specification will be checked, line by line, for compliance. No deviations from this specification will be permitted unless vendor has submitted such proposed deviation in writing with this bid proposal and such exceptions are granted. 5 YES NO Acceptance and Delivery Period: If the specified unit is not accepted because of malfunction or non-conformance of the specification within a thirty (30) day period after the ambulance has been delivered, the Contractor may be deemed in default. Debarment Status: Bidder shall certify by submission of a Bid that they are not currently debarred from submitting bids or bids on contracts by any agency within the State of nor are they an agent of any person or entity that is currently debarred from submitting bids or bids on contracts by any agency within the State of California. Product Liability Insurance Coverage: Each bidder shall state the maximum amount of Product Liability Coverage carried by the manufacturer. Bidder is required to submit a copy of the insurance binder stating the amount of coverage with the bid. A criteria of award shall be the amount of Product Liability Coverage provided. Standards on Bloodborne and Airborne Pathogens: Bidder shall provide an ambulance that provides every opportunity for compliance with Occupational Safety and Health Administration (OSHA) bloodborne pathogen regulation 1910. 1030, National Fire Protection Association (NFPA) standard 1581 and Center for Disease Control recommendations. Ambulances shall be designed to expedite the removal of blood and other body fluids, provide disposal of infectious waste, needle sharps and infected material, and eliminate use of materials in the manufacturing of units which provides a growth media for bloodborne pathogens. Further, critical attention shall be given to protect paramedic personnel from airborne pathogens expelled by infected patients that are transported within the confines of this ambulance. Due to the consequences of exposure to these pathogens, bidders shall be required to provide suitable responses to those areas where these issues are addressed within the bid specifications. 6 YES NO Service CavabilW Bidders are required to provide in-state parts and service for all shall be provided by an authorized service center for the manufacturer who specializes in service and repair of emergency vehicles. The service center shall have been in operation for a period of 1 year prior to the bid opening. The following information shall be completed: Service Center: Address: City: State: zip: Phone ( )- - Contact: Emergency Vehicle Parts Inventory: $ Service Center Square Footage: Sq. Ft. When did service center become authorized for manufacturer? Month: Year: What manufacturer? Licenses: All bidders must have licenses as required by the Department of Motor Vehicle laws regarding the sale of motor vehicles. A copy of said licenses shall be included with the bid. APPARATUS WARRANTY: The following apparatus warranties shall be provided: 1. Maximum length Ford factory warranty available 2. 1 year apparatus warranty Each bidder shall state the warranty coverage provided on the following: 1 . Apparatus body structure 2. Body electrical system 3 . Paint finish warranty for body LEASE/PURCHASE PLAN: Each bid shall include a Lease/Purchase Financing Plan. Lease length shall be 5 years. The first payment shall be due 1 year from date of delivery and acceptance. Interest shall not accrue until delivery of the vehicles is complete. Interest rate shall be locked in at time of purchase. NO EXCEPTIONS TO ANY OF THESE REQUIREMENTS. 7 YES NO FORD F350 CAB AND CHASSIS: The ambulance shall be a Type I , Class 1 and shall be a chassis furnished with a 2-door cab. Chassis-cab shall be suitable for subsequent mounting of a modular (containerized) , transferable equipped ambulance body conforming to the requirements specified herein. Cab-chassis shall meet or exceed the minimum requirements of this specification. In addition, the chassis shall comply with paragraphs 3 .4 through 3 .6.14 of the current Federal Specification KKK-A-1822. When specific performance requirements are specified herein by these specifications, those standards shall prevail over the minimum requirements of KKK-A-1822 document, as provided in paragraph 3 .4.1. The proposed ambulance chassis shall be certified to meet any performance requirements listed herein. Ford Motor Co. Model - F350 Conventional Cab/Chassis Trim Level - XLT Wheelbase - 161" G.V.W.R. - not less than 11 ,000 lbs. Ambulance Preparation Package - Ford 47A Ambulance Identifier Package Alternator - Leece-Neville 200 amp. NO EXCEPTIONS Batteries - Dual OEM maintenance free batteries Engine - 7. 3L Power Stroke Turbo Diesel with block heater Transmission - Ford E40D with auxiliary cooler Front Axle - 4 , 200 lb. Twin I-Beam type with stabilizer bar Rear Axle - Minimum 8 , 250 lb. wide track with 4.10 limited slip and stabilizer bar Shocks - Heavy duty front and rear Brakes - Power, self-adjusting, hydraulic with anti-lock (ABS) rear brakes 8 YES NO Steering - Power assisted with tilt steering wheel and OEM cruise control Horns - Dual electric Air Conditioning/Heating - Ford installed with auxiliary heater and air conditioner connector package and 134 Refrigerant Fuel Tank - Dual with total minimum 38 gallon capacity Wipers - Minimum 2-speed with pause and intermittent feature with standard windshield washer functions Front Bumper - Chromed with integral air dam underneath Wheels - Six (6) 8-hole 16 X 6 .0 steel disc Tires - LT225/75R16D all-season steel belted radials, balanced - (6) Paint - Ford Code YO bright white Windows/Glass - Tinted safety Instrumentation - Full set of gauges including oil pressure, water temperature and fuel level Interior - Opel gray with standard padded dash board Grille - Chrome trim Seats - OEM 40/20/40 independently adjustable bucket type covered with color coordinated fabric to match cab interior, provided with seat belts and shoulder harnesses. Floor Mat - Color coordinated carpet Mirrors - Two (2) stainless steel below eye level with 4-point mounting and minimum face measurement of 100 sq. in. Two (2) independently adjustable 4" minimum convex mirrors, one (1) to the left and one (1) to the right, shall be bolted to the pre-existing cab mirror brackets. Convenience Light Group - Dual head dome light controlled by headlight/parking light switch and door operated switches (driver and passenger) ; under hood light; Headlight "ON" audible alert; map pocket in door panel. 9 YES NO Lights - Halogen headlights Door Locks - OEM electric power type left and right. Door Windows - Electric OEM power type windows provided for the left and right cab entrance doors. Radio - A Ford factory installed electronic AM/FM stereo radio with digital clock shall be provided with left and right cab door speakers. ALUMINUM FENDERETrES A pair of spun aluminum fenderettes shall be installed around the left and right rear wheelwell openings. Installation shall permit simple replacement. FUEL FILL HOUSINGS WITH HINGED DOOR: The fuel filler housings shall be polished aluminum and furnished with a hinged door behind the left rear wheels. The filler hose angle shall be as recommended by the chassis manufacturer. Located above the fuel filler housing shall be a metallic label that designates "Diesel Fuel Only" requirements. It shall be black with white or equivalent contrasting letters a minimum of .5" high. REAR MUDFLAPS• Black hard rubber mudflaps shall be installed on the rear body wheel wells. BATTERY CHARGER' A 20 amp minimum battery charging system shall be installed and connected directly to the shoreline. The system shall provide a signal if battery voltage drops below 11.5 volts. The microprocessor is continuously powered from the battery to provide charge status. Equalization charge only occurs when necessary, not with every cycle. The system will fully charge batteries while allowing up to 8 amps of parasitic load. A remote charge indicator panel will be located next to the shoreline connection. The block heater for the diesel engine shall 10 YES NO also be wired to this receptacle. EXTERIOR APPARATUS BODY: The ambulance cab shall meet the requirements listed under paragraph 3 .9. 2 of the current Federal Specification KKK-A-1822 . Cab Style: The cab shall be the OEM chassis manufacturer's conventional cab and chassis model , as specified in Federal Specification KKK-A-1822 as Type I. Body Accomodations: The ambulance body proper and patient compartment will be sufficient in size to meet the requirements of this specification and those of paragraph 3 .10. 1 of KKK A-1822. The interior layout will be such that a technician can administer life support treatments to at least one patient during transit. Body General Construction: It is the intention of these specifications to require that the ambulance module body be of all aluminum, including all sub-frame members. No rivets, screws or other fasteners will be used for the attachment of any structural member. Structural Integrity: The ambulance body as a unit shall be designed and built to provide impact resistance. The body will be of sufficient strength to support the entire weight plus one-half, of the "fully" loaded vehicle on its top or side if overturned, without crushing, separation of joints, or excessive deformation of roof bows or reinforcements, body parts, doors, door hardware, floor members, inner linings, outer panels, rub rails or any other structural member. As proof that the ambulance body meets the above criteria, the bidder will furnish along with the bid certification work sheets from a bonded independent testing laboratory showing that the body bid meets the Static Load Test Code for Ambulance Body Structure, AMD Standard 001. Work sheet is defined as a document listing all deflection points during the actual test. 11 YES NO Vehicle Body Structure: All parts of the ambulance body, as specified in paragraph 3 . 10.6 of Federal Specification KKK-A-1822, shall, where applicable, be of all welded construction. Where fasteners are used in such areas as hinge attachment, hardware attachment, etc. , the fasteners shall be of aluminum or stainless steel , depending on the structural strength requirement. At a minimum, the body sub-structure shall utilize 1/8" aluminum tubing side walls and 3/16" aluminum tubing on all superstructure stress points. Stress points shall be defined as points where the side wall and floor structures are jointed by welding. Non-stress point superstructures may be . 125" tubing. Under no circumstance shall any structural materials used on the body be less than .125" wall thickness. All superstructure stress points within the body structure will be on a maximum of 14" centers. Sidewall aluminum sheeting (skin) shall be one piece . 125" . The roof shall be a minimum .090" . Both side and roof sheeting shall be single piece sheeting; no seams permitted on either the sidewall or roof skins. Drip RailsIMoldings: For structural integrity, the upper body (roof) drip rails will be an integral part of the roof structure extrusion. All drip moldings over compartment and entrance doors will be polished aluminum. Installation of these moldings shall be such that will allow replacement, but not be attached by welding, screws or rivets. Insulation The body shall be insulated with reflective backing air core interior. The reflective backing shall cover both sides of the insulation material. All seams shall be taped. No metal structural components shall be exposed. Body Mounting A non-rigid body mounting system is desired by the City of San Bernardino. Each bidder shall clearly state his body mounting technique in his specifications. All bolts used in the mounting of the body shall be Grade 8. NO EXCEPTIONS. 12 YES NO Doors: The modular body shall be provided with two ( 2) door openings. The curbside door will be a single door with a minimum passageway opening of 30" wide x 75" high. The rear opening will have two (2) doors of equal size. The door opening will be a minimum of 57" high x 25" wide. Door Hinges All doors (including exterior compartment doors) will be mounted using 3/16" pin stainless steel hinges. The hinges must be designed with horizontal/vertical slotting for universal field adjustments. The horizontal slot will be on the door frame and the vertical slots on the door. Attachment will be by 1/4 x 20 stainless steel bolts and lock washers. Under no circumstances will self tapping screws or rivets be permitted. Door Desigr�: At a minimum, all doors will be a minimum of 2 1/8" thick with non-settling type insulation. They will be flush with the body, not overlapping. Exterior door panel and side must be continuous. Door framing with panel inserts is not acceptable. The inner door panel must be removable for access to all latching hardware. The inner patient doors shall have a diamondplate kickplate. Door Latches and Hardware: All opening and locking hardware furnished by the manufacturer for the patient compartment doors and exterior compartment doors will be flush fit on both the inside and outside. When the doors are opened, the hinges, latches and door checks will not protrude into the access area. All patient compartment doors , as well as exterior compartment doors, shall employ the same type locking hardware. All door latches, hinges and hardware will comply with the requirements of FMVSS 206. All hardware will meet the following requirements: All doors exceeding 32" in height shall be equipped with • lock at both top and bottom. These locks will lock into • Nader type striker pin found in the door frame. These pins must be threaded through the door frame and be field adjustable. The locking system will be actuated from the locking handle by push rods only. 13 YES NO The door handle will be a flush "paddle" style handle of stainless steel construction (chrome plated castings not acceptable) with black vinyl isolator gaskets between the handle and the door panel. On the curb side and rear doors, the inside handle will be of the same type and will be equipped with an inside door lock, actuated without a key. All exterior storage compartments and module entry doors will be lockable with the same key. All exterior compartment doors (including entrance doors) shall be equipped with gaskets that encircle the full door opening. The gaskets shall be installed in the corners of the door frame in a manner that prevents damage from equipment, stretcher loading and personnel traffic. The combination of gaskets shall provide an environmental seal against water, dust and air. Door Hold Open Devices: The side patient module door and all exterior storage compartment doors must have the equivalent of a spring- loaded cam-over door holder to hold the doors open under all operating conditions and angles. Exterior Compartment Doors: The exterior compartment doors will be constructed to match patient compartment module doors, including latching and lock hardware and hinges. The inner door panels shall be attached with aluminum rivets for easy removal , service of hardware and not requiring larger screws or inserts for subsequent installations. Doors larger than 37" wide must be split to reduce the amount of door exposed to traffic. Unless otherwise specified herein, all exterior compartments shall be constructed of a minimum .090" aluminum, and unless otherwise specified herein shall be painted with Sikkens OTO or equivalent textured compartment coating. Inner door panels shall be bright aluminum tread plate. Patient Compartment Module Exterior Parameters: Due to the predetermined and intended use for this vehicle, the following parameters have been established as minimum by the purchaser. The bidder is permitted to deviate from these minimums only in parameters larger than these specified. 14 YES NO A scaled set of drawings, showing all proposed dimensions, must be included with the bid for consideration. At a minimum, the drawings must show overall exterior side, front and rear view; interior floor plan; interior left, right, and front walls. Left (Streetside) : Forward: Minimum 61 .5" high x 13 . 2" wide x 18" deep. It shall be designed for the vertical storage of an oxygen cylinder with a vent at the top of the door. Intermediate: Minimum 32. 2" high x 34. 3" wide x 15.5" deep. Rear: Minimum 15.2" high x 30. 8" wide x 15.5" deep. Right (Curbside) : Forward: Minimum 43 . 2" high x 15.7" wide x 30" deep. Shall be designated as interior/exterior equipment access compartment. Three ( 3) adjustable shelves shall be provided. Side Entrance Door: 75. 5" high x 30. 2" wide. Intermediate Rear: Minimum 22.5" high x 24. 3" wide x 15.5" deep. Rear: Minimum 75.5" high x 9. 2" wide x 18. 5" deep. It shall have a panned floor to accommodate vertical storage of long spineboards and scoop stretchers. Back Entrance Doors: 57. 2" high x 50.2" (total both doors) wide. Two 3" Cast Product #C10870-1 grabber door stays, with gasket set, shall be installed at rear doors to hold doors open. Back Compartment: Located to the left of the rear body doors shall be a compartment measuring a minimum of 39.2" high x 11" wide x 26.7" deep. It shall be used for the storage of stair chair, folding stretchers, short boards, etc. Minimum Exterior Parameters - 146" long x 93" wide Minimum Interior Headroom - 68" . NO EXCEPTIONS. 15 YES NO INTERIOR APPARATUS BODY: Interior Personnel Safety Requirements: Reduction of possible injury to attending personnel is of critical importance in the award of this contract. Therefore the size of the radius shall be a criteria of award of bid. The interior of the patient compartment will be free of all sharp projections. Exposed vertical edges and corners will be broken with a minimum of 2" radius. The 2" radius corners shall be an integral part of the cabinet construction with a smooth continuous surface with no edges or seams. This will provide protection of personnel against blunt impacts and eliminate harboring of blood borne pathogens. All other edges and corners shall be adequately padded. Manufacturer shall provide drawings or photographs of the proposed interior design showing how the proposed ambulance interior has been designed to reduce potential injury to personnel . To meet the stringent requirements of OSHA 1910.1030 Bloodborne Pathogens, no upholstery within the patient compartment shall be supplied with any form of stitching or other form of manufacturing that causes penetration of body fluids in the vinyl upholstery be capable of cleaning and disinfecting with clinical type procedures and chemicals. All seat cushions shall be quickly removable without the use of tools for cleaning of contaminates from beneath the cushions. Bidders shall be prepared to provide a presentation on procedures used to accomplish a safe and bacteria free working environment within the patient compartment. Due to exposure and liability risk, exceptions to these minimum requirements will not be accepted. No exceptions. Interior Finish: The finish of the interior patient compartment, including storage cabinets and equipment, will be impervious to soap and water, disinfectants, mildew and will be fire resistant as per FMVSS 301. The surface material required under this contract must be a high quality thermoformable polymer, and/or vacu-formed high impact polymer, or similar material which has the same properties as the above material in protecting against disinfectants, mildews, etc. 16 YES NO The corner of the left rear main wall cabinet and rear squad bench corner shall be protected with high impact polymer or equivalent material. On the rear entrance door floor shall be satin finish stainless steel protection plate extending back onto the floor a minimum of 311 . Interior Storage Accomodations: At a minimum, all interior cabinets shall be of durable, load-bearing, lightweight plywood with previously described laminate construction and/or vacu-formed high impact polymer construction or aluminum. NO EXCEPTIONS. Storage Cabinets: Storage cabinets shall be easily opened, but will not come open in transit. Where specified, the storage cabinets will have a shatterproof plexiglass doors set in extruded track. The glass track will have replaceable felt inserts. To access opening the plexiglass sliding doors, extruded full length finger pulls shall be provided on the outer end of each section of plexiglass. Adjustability of Cabinet Shelving: All specified interior medicine cabinets shall be provided with specified number of adjustable shelving. The front bulkhead interior/exterior access adjustable shelving will be provided with heavy duty brackets for universal adjustment and heavy weight carrying capability. Unistrut "C" channel shall be used as the track for the adjustable shelves. Ac-tionwall/Work Counter Area: The manufacturer shall incorporate into it's design a work or "action area" for major medical equipment such as suction units, defibrillators and monitors (when applicable) , airway devices, and other such supplies as this purchaser may deem appropriate. The counter shall be protected with a seamless polymer or equivalent material biohazard tray that has large radii edges and corners and shall be designed for ease of cleaning. These edges and corners shall serve to protect attending personnel from blunt impact injury and permit easy cleaning around all inside edges and corners. 17 YES NO A polymer or equivalent back wall splash shield shall be incorporated as an integral part of the counter top tray. It shall provide for flush mounting of the hinged control panel and receptacles. Over the work counter will be the action wall control panel . It shall have a hinged face panel with latches that permit access to all wiring and plumbing without the use of tools. Mounted flush in this panel will be the suction outlet, oxygen outlets, the switch panel, 12V outlet, digital clock and other accessories as outlined herein. Patient Module Interior Design Parameters: Due to the predetermined and intended use for this vehicle, the following parameters have been established as minimums. A set of scale drawings, showing all proposed dimensions, must be included with the bid for consideration. Lgft Wall; There shall be two ( 2) medicine cabinets with sliding plexiglass doors at ceiling level , one at the rear of the center wall attendant seat and one at the front of the center wall attendant seat. The rear cabinet shall be a minimum of 16" high x 42.1" long x 18 .7" deep. The front cabinet shall be a minimum of 16" high x 35.7" long x 18 . 7" deep. Both shall have one (1) adjustable shelf. To the rear of the body ahead of the rear body doors shall be two ( 2) equal size medicine cabinets with sliding plexiglass doors measuring a minimum 12. 7" high x 22.5" wide x 4" deep. Both shall have one (1) adjustable shelf. To the rear of the CPR seat shall be two (2) equal size medicine cabinets with sliding plexiglass doors measuring a minimum of 12 .7" high x 23 . 2" wide x 18.7" deep. Located approximately center of the left main wall cabinets shall be an attendant or CPR seat. It shall have a minimum opening of 30" with a seamless seat cushion measuring a minimum of 25" wide x 18" deep. The seamless backrest shall provide enough height to incorporate a head pad. A fold-down backrest shall be provide so when the seat is not in use a work counter is provided. The action wall/work counter shall measure a minimum of 65.6 11L x 15.5 11D with CPR seat back in the down position. 18 YES NO At the front of the work counter wall facing rearward will be an access door to the exterior oxygen compartment. It shall have a hinged plexiglass door measuring a minimum of 10" high x 9" wide recessed into a vacu-formed polymer or equivalent material trim bezel. Right Wall: The squad bench shall measure a minimum of 73" long, extending from the rear entrance to the side entrance door. The lid shall be a single piece with two (2) quickly removable seamless cushions. The lid shall automatically raise when the latch mechanism is released by means of rated gas-filled piston. Located on the front of the bench shall be the slide-out biohazard waste containers that open into the side stepwell , not into the working floor space. All useable space below the lid not consumed by the biohazard waste compartment and exterior compartments shall be used for equipment storage. Two (2) individual seamless back rest cushions shall be installed above the seat cushions on the back wall and shall be quickly removable without the use of tools, for cleaning and sanitizing. Above the squad bench, at ceiling level , shall be a medicine cabinet that extends from the rear entrance to side entrance door. It shall have two (2) separate storage compartments with sliding plexiglass doors. The full length of the lower edge of the cabinet shall have a minimum 2" radius to reduce head injury to personnel. Use of padding on this surface is not permitted. Front DRIMead Wall: A life support equipment storage cabinet shall be installed on the right front wall that permits equipment to be retrieved from either the patient compartment or through an exterior compartment door. It shall have a minimum of three (3) adjustable shelves. The storage area shall be a minimum of 42" high x 26.2" wide x 20" deep. A set of vertically hinged doors shall be installed on the face of the front bulkhead interior/exterior storage cabinet. They shall be constructed of 5/8" plywood, laminated with thermoforming material or aluminum. The entire center section of each door shall have a vented radiused plexiglass window insert that permits visibility to the full height of the cabinet storage area. 19 YES NO A stainless steel continuous hinge shall extend full length of each door. There shall be two ( 2) securing latches, one at the top and one at the bottom. Above the equipment storage shall be the environmental heating and cooling system. Enclosed in a vacu-formed seamless polymer cabinet or equivalent with a minimum 2" radius corner. The design shall be such that will provide for simple access for service without necessitating disassembly of the cabinet. To provide for optimum heating and cooling of all areas of the patient compartment shall be provided in compliance with KKK-A-1822 certification criteria. Between the life support equipment cabinet and the left main wall shall be an electrical cabinet. The lower edge of this cabinet shall have a minimum 2" radius. A maximum sized hinged access door shall be provided on the face of this cabinet to permit direct service access to the electrical control panel. CAB TO BODY PASS-THROUGH: There shall be sliding window provided on either the cab or body providing both visual and voice communications between the cab and body. The environmental seal shall be by means of a flexible bellows measuring minimum 10" high x 17" wide that environmentally isolates the interior from the exterior. In order to eliminate the possibility of environmental leaks and to prevent accumulation of dust and other potential contaminating materials at the same time facilitate simple sanitizing. INVENTORY CABINET DOORS. All applicable interior cabinet doors will be framed 360 degrees, hinged at the bottom and latched at the top. This will enable the entire cabinet opening to be accessed for restocking inventory and for the ease of cleaning. When closed accessibility will be through sliding doors. CORNER GUARDS: Installed on the lower body corners shall be bright aluminum treadplate stone guards. They shall be a minimum of 13" high. All edges shall be sealed with silver 20 YES NO pliable sealant to prevent accumulation of corrosives between the stone guards and the body. DOOR AND ENTRANCE GRAB HANDLES: One individual door grab handle will be located on the inner door panel of each entrance door. The grab handles constructed of a minimum 1.25" diameter with a ribbed surface tubing or rubber inserts with chromed stanchions fastened to reinforcement plates. The door handles will be placed horizontally and then curve down to the outside corner of the entrance doors. On the left rear wall entrance and right wall at the side entrance door shall be a straight rail approximately 12" long that matches the material of the door rails. OVERHEAD HANDRAIL: An overhead grabrail shall be fastened into the ceiling to structural supports. The rail shall extend from the front bulkhead area to the rearmost ceiling structure support in front of the rear entrance doors to minimize exposed ends that present head impact injury. Construction shall be a minimum 1. 25" in diameter with a ribbed surface or rubber insert for positive gripping characteristics. No smooth surface rails will be accepted. DIAMOND PLATE COVERED STEP BUMPER: The rear bumper and step shall be a high quality, single piece assembly. There shall be a minimum 1/2" clearance between the bumper and the rear body panel. The entire assembly shall be designed for simple replacement should it become damaged. It shall be bolted to the chassis frame. Under no circumstances will welding of the assembly to the chassis be acceptable. The frame shall be constructed of steel tubing for strength and durability and covered with .125" polished aluminum diamond plate. The center section shall be of a flip up design made of antislip aluminum or expanded metal . Diamondplate is not acceptable. 21 YES NO HIGH BACK ATTENDANT SEAT: Located at the head of the primary patient cot shall be an automotive style high back attendant seat. It shall be mounted on a FMVSS certified seat base pedestal and/or specified mounting plates. Certification shall be documented. The upholstery shall match exactly all other seamless upholstery used in the patient compartment. The seat base will be adjustable fore and aft with full 360 degree swivel capabilities, and be bolted to the floor using grade 8 bolts torqued to factory specifications. The bolts shall pass through backing plates under the sub-floor and not the sub-floor material(s) only. The seat shall be provided with the seat base. Belts shall be tagged as to compliance with FMVSS requirements. The belts shall retract into a hard plastic housing and have automatic locking inertia devices built-in the mechanism. Color shall be grey. SEAT BELTS: The manufacturer shall provide seat belt and shoulder harness combinations for the driver and passenger seat in the cab of the vehicle. Further, seat belts shall be provided for the attendant seat in the patient compartment at the head of the primary stretcher area. A minimum of three seat belts shall be provided on the squad bench. These belts shall not only provide for three (3) seated passengers, but also for a supine patient. All belts shall be retractable into plastic, protected housings. Retractors shall be installed on the back wall, not on the face of the squad bench. Exposed belts are not allowed on this contract. All belts shall be anchored to the chassis or body framing with grade 8 bolts and torqued to specifications. Torque settings shall be recorded on the ambulance's Quality Control (QC) reports and available for inspection at time of delivery. BIOHAZARD WASTE DISPOSAL: A slide-out drawer shall be installed at the front end of the squad bench that opens into the stepwell area. It shall contain two (2) removable containers. Container 1 shall be a hospital grade sharps container with a lid that seals for proper disposal. Container 2 shall be a plastic trash container with red plastic liners that are marked "BIOHAZARD WASTE" . 22 YES NO The construction of the compartment shall be of a seamless vacu-formed polymer or equivalent material. The interior will be sealed to isolate the containers from equipment stored beneath the squad bench. An orange and black biohazard metal placard shall be attached to the front face of the drawer. Waste disposal containers stored in an exterior compartment will not be an acceptable alternative. This type of storage permits exterior gasses to enter the patient compartment through compartment vents and may present difficulty in cleaning and sanititizing disposal paths. I.V. HANGER: Bolted in the ceiling will be Cast Products A2012 flip-up type I.V. hangers, one (1) located at mid torso of the primary patient and one ( 1) located at mid torso of the secondary patient. Both will accommodate two (2) I.V. bottles or bags and have Velcro restraints. ALL-LEVEL COT' A Ferno-Washington Model 35A all-level cot shall be provided, complete with 3" mattress and three (3) restraining straps shall be provided. NO EXCEPTIONS. The cot fastener shall be a Ferno-Washington Model 175-4 set up for left wall or center mounting of an all-level cot meeting AMD Standard 004 for installation. CONKERCIAL FLOOR VINYL• The interior floor shall be covered with a minimum 25 mil thickness commercial vinyl , color coordinates to the interior color scheme selected. FLOORING ROLLED & RECESSED: The interior floor shall be recessed 1/4" and rolled up under the left side wall and right side squad bench a minimum of 311 . To facilitate ease of cleaning and to prevent the accumulation of bacteria or other contaminants. There will be no seams or moldings on the rolled section of flooring. 23 YES NO PATIENT COMPARTMENT DOOR WINDOWS-REAR: Located in the two ( 2) rear patient compartment entrance doors shall be a minimum 20" high x 16" wide window set in extruded aluminum framing with an anodized black satin finish. Each window frame shall be fitted and mounted with neoprene rubber seals and be environmentally tight. Each window shall be sliding type with removable screen. The glass shall be automotive safety type, tempered and dark tinted (minimum 31%) for privacy and heat deflection. PATIENT COMPARTMENT SIDE DOOR WINDOW: Located in the curbside patient compartment entrance door shall be a minimum 20" high x 16" wide window set in extruded aluminum framing with an anodized black satin finish. Each window frame shall be fitted and mounted with neoprene rubber seals and be environmentally tight. Each window shall be sliding type with removable screen. The glass shall be automotive safety type, tempered and dark tinted (minimum 31%) for privacy and heat deflection. SEAMLESS CUSHIONS AND UPHOLSTERY: All interior vinyl on seat cushions, attendant seat and pads shall use the same vinyl. All cushions shall be vacu-molded or equivalent type with no seams to prevent accumulation of bacteria forming matter and aid in simple disinfection of the patient compartment. Due to the liability associated with provisions of a safe working environment in compliance with OSHA Regulation 1910.1030 - Bloodborne Pathogens, cushions using seams and stitching will not be accepted at time of delivery. color shall be light gray. No Exceptions. ENVIRONMENT SYSTEMS: The vehicle will be equipped with a complete climate environmental system to supply and maintain clean air conditions and a comfortable level of inside temperature in both driver and patient compartments. The system design will permit independent control of the environment in each compartment. 24 YES NO The emergency vehicle will be equipped with heating, ventilating and air conditioning systems that can be made to collectively operate using recirculated air and temperature within the established comfort zone of 65 degrees Fahrenheit, to 78 degrees Fahrenheit, when operated between 0 degrees to 95 degrees Fahrenheit ambient. Positive pressure will be attained through the fresh air ventilation system either apart from, or as an integral part of either the air conditioning systems, or in combination with any of all three. Environmental systems components will be readily accessible for servicing at the installed location without necessitating removal of any cabinets, walls or partitions. There shall be an extended removable drain pan for easy replacement and a removable one piece blower assembly. The suction hose routed from the compressor to the rear evaporator will be insulated. The air conditioning and heat unit manufacturer must have a third party independent testing laboratory certification in addition to the ambulance manufacturers environmental certification of the latest KKK-A-1822 specification with test results available for review upon request. No exception. jg CONDITIONER DIGITAL THERNOSTAT TENPERAT«g CONTROL: The patient compartment system shall be operated from the action wall console. An on/off switch shall be installed on both the front and rear switch panels. Temperature controls shall be accomplished through a digital thermostat on the wall that will automatically maintain a constant compartment temperature from both heating and cooling modes by setting the desired thermostat temperature range. pIGITAL THERMOMETER: The digital thermostat shall automatically reset to constantly display the actual patient compartment ambient temperature. AIR CoNpITIONING AND HEATER HOSES: The use of hose clamps on air conditioning high pressure hoses will not be permitted on this contract. Machine press OEM type connectors only will be permitted. All heater hoses shall be Epom/Nomex or equivalent. 25 YES NO EXHAUST FAN AND STATIC AIR INTAKE The vehicle will be equipped with a power 240 CFM exhaust fan capable of exchanging the ambient air every two minutes located at the rear of the interior with a single speed switch for operation located on the action wall switch panel . Located on the opposite front wall will be a static intake duct having a manually adjustable louvered intake seal that will allow it to be completely isolated from the outside environmental conditions. EXTERNAL MOUNT AUXILIARY AIR CONDITIONER CONDENSER: A minimum 2500 CFM / 50,000 BTU bottom mount auxiliary air conditioner condenser shall be installed. It shall have (2) 12" push fans and draw a maximum 16 amps. CABINET DRUG BOX: A locking drug kit compartment with piano hinge, door, and key lock shall be provided at the left front body interior corner behind the attendant's seat. LOWER RUBRAILS: Attached to the outer surface of the lower body skirt area shall be bright aluminum rubrails with scotchlite reflective striping that measure a minimum of 3" wide x 1" thick. Diamondplate is not an acceptable rubrail material . The center section shall be recessed and will permit insertion of ICC lights or reflector, if specified. The rubrail assembly shall be bolted to the body superstructure and spaced away from the body a minimum of 1/4" by nylon spacers or equivalent to prevent accumulation of corrosives. The ends of each section of rail shall be capped with a formed neoprene casting or equivalent to eliminate sharp edges. ELECTRICAL SYSTEMS AND COMPONENTS: General Requirements: The ambulance electrical system shall be equipped with, but not limited to the following: 12 volt operating system, generating, starting, lighting, visual and audible warning systems, specified OEM electronics 26 YES NO equipment and devices including master consoles located in the cab and patient compartment, and other optional accessory wiring, as specified herein. The electrical systems and equipment shall comply with all applicable FMVSS/FMCRS regulations and shall also conform to all whether or not specifically referenced in this document while complying with the sub-paragraphs herein. All electrical and electronic components shall be selected to minimize electrical loads thereby not exceeding the vehicle's generating system capacity. All electrical system components and wiring shall be readily accessible through access panels for checking and maintenance. All switches, indicators and controls shall be located and installed in a manner that facilitates easy removal and servicing. All exterior housings of lamps, electronic devices and fixtures shall be corrosion and weather resistant. No exception. In order to eliminate problems with the use of solenoids and terminal strips, (i.e. , corrosion and heat build up) the electrical system shall be totally solid state. Cold wired activated design incorporating the use of high quality continuous duty PC boards, or similar solid state construction. All wiring shall be rated as GXL-SXL or SGX per SAE J-1127 and or J-1128 as high temperatures automotive cross-link. Circuit functions shall be imprinted in contrasting lettering on wire insulation at intervals not greater than 3 inches. Exception is taken for wiring systems supplied by component manufacturers. All wiring connections shall be made with high quality crimp type terminals insulated within multi conductor housings where practicable, otherwise each terminal shall be insulated individually. Manual reset circuit breakers that have a white pop-up indicator or equivalent indicator that is clearly visible when inspected shall be provided. No automatic reset breakers will be accepted. . The design of the system must take into account the ability to be field serviceable with an emphasis on minimum downtime for repairs. A criteria of award of bid shall be the ability of the electrical system to be quickly serviced and/or repaired. 27 YES NO All circuits are to be enclosed in plastic or nylon loom. Any loom attachments to the frame or body are to be made with stainless steel rubber insulated "J" or "C" clips with stainless steel screws and/or bolts. A service loop of wire or harness shall be provided at all electrical components, terminals and connection points. The wiring shall be routed in conduit or high temperature looms with a rating of 280 degrees Fahrenheit. Where wiring passes through any wall or partition there will be a protective cover on all edges. All added wiring shall be located in accessible, enclosed and protected locations and kept at least six inches away from the exhaust system components. Electrical wiring and components shall not terminate in the oxygen storage compartment, except for the compartment light and switch/door ajar indicator plunger. No Scotchlok connectors shall be used in the wiring system. NO EXCEPTIONS. Wiring criteria: All wiring devices, outlets, etc. , except circuit breakers, shall be rated to carry at least 125% of the maximum ampere load for which the circuit is protected. There shall be a main electrical panel located in a separate polymer or equivalent cabinet within the patient module. Electrical control panels located in any exterior compartments will not be acceptable due to subjection to corrosive environments. It is preferred that this panel be mounted on or near the bulkhead of the patient compartment and be accessed by a hinged, locking polymer or equivalent cabinet door. Circuit breakers, relays and diodes shall be mounted on this panel . Hain Wiring Harness: The main wiring harnesses shall be routed down the center of the patient compartment headliner behind a polymer or equivalent cover. All ground wires shall be black. No other black wires permitted. No exception. RF Shielding: All electronic devices and equipment installed which produce RFI , shall have the proper filters, suppressor or shielding to prevent electromagnetic radiation and the resultant interference to radios and other medical electronics. All chassis to module body ground cables 28 YES NO shall be RFI braided type. No exception. E=gine High Idle• The Ford OEM engine high idler device shall be incorporated into the electrical system. This system can manually be activated to increase the RPM level to a factory preset high idle condition (minimum 1300 rpm's) to prevent battery damage and to maintain cooling efficiency of the engine during prolonged idle situations. The throttle controls will be automatically disengaged anytime the brake pedal is depressed or the clutch is depressed on manual transmission or the shift selector is moved into a forward or reverse mode. The system shall additionally permit manual deactivation via a marked switch on the cab control console. Automatic Load Management and Sequencer System: A load management system shall be incorporated into the electrical system that sequentially switches "on" and "off" up to eight (8) relays at 1/2 second intervals. Individual switches may select a combination of outputs. The switches may be used to turn the outputs "on" and "off" at any time. In addition, the Load Management System shall monitor the vehicle's battery voltage. When electrical loads exceed the alternator output resulting in voltage drops, pre-selected outputs shall be individually de-energized. Only those circuits required to stabilize the charging system and maintain the system voltage shall be energized. The shut down sequence may be altered by programming switches internal to the Load Management System. No exception. Digital Ammeter: The electrical system shall incorporate a digital ammeter which is capable of indicating a current of 200 amperes to or from (charging or discharging) the batteries. The ammeter shall be located on the front console fully visible to the driver in any lighting condition. The ammeter shall show the battery state as charge or discharge. The shunt shall be protected against weather and road spray and shall be mounted in an easily accessible location which shall minimize the length of the power cables. No exception. 29 YES NO Digital Voltmeter: The vehicle shall be equipped with a digital voltmeter to monitor system voltage. The voltmeter connection shall be direct to eliminate erroneous readings from connection voltage drops. The voltmeter will be mounted in the console, next to the ammeter and be visible to the driver in any lighting condition. No exception. Patient Compartment Controls: All switches and controls for the patient compartment, including those for the heat/air unit, shall be located on a service panel in the action area. At a minimum, the following switches shall be provided: (2) dome. light circuits with high and low intensity function; environmental system power; exhaust fan; suction pump; check out light control; and two (2) spares (unless other specified equipment herein requires use of the spare circuits) . The switches shall be of the same design and construction as found in the driver's control console. These switches shall not be activated unless the "Master Module Disconnect" switch in the driver's console is in the "ON" position. The switch panel shall be mounted on a door that allows access behind the panel for service. NO EXCEPTION. Marking of Switches Indicators and Control Devices: All switches, indicators and control devices supplied by the ambulance manufacturer shall employ color-coded nomenclature inside each individual switch. Backlighting shall be activated when the "Master Disconnect" switch is "ON" . No exception. Digital Clock: There shall be a digital clock installed as an integral part of the rear control panel . The digits shall be a minimum of 3/4" and display hours, minutes and seconds in military time. No exception. Power Distribution: The emergency vehicle shall use OEM chassis starting system. A heavy duty, manual master ON/OFF switch rated at a minimum of 200 amperes continuous duty shall be provided. 30 YES NO Any bussbar utilized in the system shall be copper. The switch shall be different in shape and appearance from all other switches and labeled BATT ON/OFF. A "Battery ON" indicator lamp shall be provided on the cab console. Wiring shall conform to current KKK-A-1822 revision. No exception. Radio Provisions: The vehicle will be equipped with prewiring and circuits for connection of EMS radio transmitter. This circuit will be plainly identified on the electrical panel or compartment where the radio transmitter is designed to be mounted. Wiring to the connection terminal will not be less than 10 gauge. Electrical ca 1 Sche a i c: An electrical schematic shall be furnished with the completed ambulance showing all functions and color coding. FEDERAL LIGHT BAR: A Federal 52" light bar, model 25RQL-AHRK, with halogen bulbs shall be installed. It shall have all red lenses except the two center sections, which shall be clear. The clear section on the drivers side shall include a 95 F.P.M. independent rotator mechanism. ALTERNATING FLASHING HEADLIGHTS: Alternating headlight flashers shall be provided on a separate circuit. FEDERAL 100 WATT SIREN SPEAKERS: Two (2) Federal BP350 Series speakers shall be mounted under the front bumper. Installation shall permit towing. ELECTRONIC SIREN: A Federal model PA-4000 solid state electronic siren with attached noise-canceling microphone shall be installed. 31 YES NO The unit shall be capable of driving a single high power speaker up to 200 watts or dual 100 watt speakers to achieve a sound output level that meets Class "A" requirements. Operating modes shall include Wail, Yelp, and priority tones, TAP II, PA, radio rebroadcast, and built in air horn sound with siren override. CLEARANCE LIGHTS• Upper body clearance lights shall be provided with chrome shields. Located at each body corner shall be body reflectors. All lights and reflectors shall conform to Federal ICC quidelines for quantity, location and color. Located on the left and right rear body panels, at beltline level, shall be a red 4" round flush rubber mounted turn signal, indicator light. COMPARTMMU DOOR REFLECTORS' Each ambulance compartment door shall be provided with a minimum 3" red reflector in the lower outer corner to provide maximum visibility when the doors ., are in the fully open position. The reflectors in the patient compartment doors shall be recessed into the vacu-formed ABS door panel and not protruded into the entrance way. ELE EMERGENCY AND SAFETY FLASHING LIGHTS: The emergency flashing lights shall conform to current KKK-A-1822 requirements and flash patterns. Whelen 97 series red halogen flashers on each upper body corner, one (1) Whelen 97 series halogen center white flasher on the upper front body and one (1) Whelen 73 series with bezel halogen center amber flasher on the upper rear body. Whelen 73 series red halogen lights shall be installed in the grille. One (1) Whelen 73 series with 15 degree angled bezel red halogen installed on the left and right front fenders. The flasher shall be a solid-state type. WHE M UPPER SIDE BODY SCENE LIGHTS: Located on the left and right side of the ambulance upper side body or roof shall be two (2) Whelen 97 OptiScene halogen lights. 32 YES NO Both the left and right lights will be activated by a separate lighted push-button switch on the front console, appropriately labeled and backlighted legends. In addition, the right side light will be automatically activated whenever the right patient compartment door is opened. The lights will incorporate a 13 degree angled light projection. WHELEN REAR LOAD LIGHTS• Located over the rear patient compartment entrance doors will be two (2) Whelen 97 OptiScene halogen load lights. They shall be activated whenever the rear doors are opened or when the transmission is in the reverse mode. They shall incorporate a 26 degree angled projection. WHELEN TAIL LIGHTS• Whelen 64F series stop/tail lights with red lens and chrome bezel and Whelen 64 series turn signals with amber arrow with black silhouette and chrome bezel shall be mounted on the rear body. No exceptions. LICENSE HOLDER WITH BACKUP LIGHTS: Two (2) 2" x 7" backup lights shall be incorporated into a rear mounted license plate housing constructed of high impact vacu-formed polymer or equivalent material recessed into the rear kick panel . The backup lights shall be activated whenever the transmission gear selector is in "reverse". PATIENT COMPARTMENT LIGHTING: There shall be a total of seven (7) interior overhead dome lights furnished with both high and low intensity settings. These lights shall be dual element halogen/incandescent bulbs and configured to meet the minimum lumen requirements of current KKK-A-1822. The circuitry shall permit operation of either the left or right bank of lights independently. PATIENT COIKPARTKER °CHECK-OUT° LIGHTS: A minimum of (2) patient compartment "checkout" lights, 33 YES NO per the current KKK-A-1822, paragraph 3 .8.5. 2 shall be furnished and be an integral part of the dim circuit dome lights. A 5 minute timer switch shall be wired directly to the ammeter shunt (battery side of load disconnect switch) that is activated by a separate push-button switch on the rear control console. This circuit shall permit low amperage activation of interior lighting for personnel activating the battery and Master Module Disconnect switches. No exceptions. 77 VDC LAERnAL OUTLET' One Laerdal style 12VDC outlet added to the medical isolator circuit shall be installed. Location of the outlet shall be determined at the Pre-Construction Conference. DOOR OPENING WARNING INDICATORS: There shall be a graphic depiction of the ambulance located on the console that graphically indicates either an entrance door or any compartment door is open by illumination of the individual doors. Additionally, the wording "DOOR OPEN" and "COMP'T OPEN" will illuminate inside the graphic depiction and a chime alarm will sound to warn driver of non-secured door(s) . No exceptions. RECESSED STEP LIGHT: A recessed 4" light with clear lens shall be provided to illuminate the side body door step. HAND HEI.D SO MIGHT: A 450,000 CP hand held spotlight shall be supplied. It shall be hard wired under right side of cab dash. A snap type clip shall be included for subsequent hanging installation of the spotlight by the purchaser. MASTER CAJB ONTROL CONSOLE: The drivers compartment master controls shall be located on a vacu-formed or equal console mounted on the engine cover housing. It shall not be fabricated in any manner that exhibits sharp edges on any surface or edge. The 34 r YES NO console shall be removable for fast and simple access to the engine compartment. The following shall be emergency light function switches; left and right scene light switches; rear heater and air conditioner blower motor switch; rear exhaust fan switch; siren/horn relay switch; and spare circuit switches. A flexible cab map light shall be provided on the right side. To the right of the switches shall be a graphics display that includes the door ajar display panel, digital voltmeter and digital ammeter. Convenient to the driver shall additionally be the control head for the specified siren. Space below the control panel shall be left void for flush mounting of two-way radio control heads. BACK-UP ALARM: The back-up alarm shall consist of one (1) 97 dB(A) signal electronic alarm wired into the chassis back-up lights to signal when the vehicle is in reverse. RADIO COAXIAL CABLES: There will be one RG58U shielded radio coaxial cable installed, from the rear of the patient compartment ceiling through the raceway to behind the left cab seat. There will be a minimum of 36" extra cable in the cab. RADIO CABLE CONDUIT: A minimum 1 .25" conduit will be installed and routed from the action wall cabinet to the cab. T'r F CTRrC•AL SYSTEM: The vehicle shall be furnished with a 2-wire plus ground 120 volt AC wiring system that is separate and distinct from the vehicle's 12 volt DC wiring systems. The 120 volt AC electrical system, including wiring and associated equipment, shall comply with Article 551 of the National Electrical Code. This system is to be used while the vehicle is on standby for powering maintenance devices, medical equipment, battery chargers and any other device(s) deemed necessary by the purchaser. The 120VAC system shall incorporate a ground fault circuit interrupter (GFCI) device and a 15 ampere circuit breaker 35 YES NO which can be used as a "Master" 120 volt disconnect switch. The GFCI and circuit breaker may be an integral unit. INTERIOR DUPLEX RECEPTACLES: There shall be two (2) GFI protected 15 amp duplex receptacles furnished with indicator lamps in or at each receptacle to indicate that the outlet is energized. One (1) shall be located on the action wall and one (1) on the right wall next to the right side entrance door above the squad bench backrest cushion. SHORE POWER INPUT• A 20 amp, 110 volt shore power input receptacle shall be conveniently located at the front left side of modular body. It shall be provided with a weatherproof, spring-loaded cover and a matching female plug. The block heater for the chassis shall also be wired to the input receptacle. »nVAC ON-BOARD POWER SUPPLY' The ambulance shall be prewired for installation of an inverter. Power cables shall be routed from the left intermediate exterior compartment and include a #2 red cable connected to the Master Module Disconnect power terminal and a #2 black cable connected directly to the chassis frame rail. A 4-conductor 18 gauge wiring harness for the activation switch shall be routed from the left intermediate compartment and terminate in the action wall. All cables shall be tagged "INVERTER" . ELECTRICAL LOAD TEST An electrical load analysis and test shall be conducted by the ambulance manufacturer prior to final delivery of the completed ambulance. The test shall be conducted in conformance with requirements of current KKK-A-1822 and AMD005. Amperage load and reserve capacities shall be displayed on a certification tag containing the information in accordance with AMD005 S7.2 and located on the ambulance in a conspicuous location. Certifying that the vehicle has been tested and is certified as capable of supporting the mandatory continuous load as 36 YES NO manufactured in accordance with AMD S4 .1. OXYGEN LIFE SUPPORT SYSTEM: An oxygen compartment shall store the main oxygen tank, allow rapid and easy access to the oxygen tank securing devices and provide for simple tank replacement without the use of tools. In accordance with the latest KKK-A-1822 specification the oxygen compartment shall be designed solely for the storage of the main oxygen tank with no other equipment storage designated for that compartment. The oxygen tank storage compartment shall be provided with a ZICO QR-M retention bracket certified to meet AMD 003 and the latest KKK-A-1822 , to secure an "M" size medical oxygen tank. The bracket shall be designed to allow replacement of the tank without the use of tools. Installation shall be certified to meet AMD Standard 003 and current KKK-A-1822 for crashworthiness. It shall be installed in a compartment as outlined elsewhere in these specifications. No exceptions. O)WQen S.ystem: The system will comply with current KKK-A-1822 minimum requirements. In addition to these minimums, where the system utilizes fittings, they shall be gas specific rough in assemblies with a matching gas specific latch valve assembly. All hose crimps will be machine pressed. All hose will be rated at a minimum of 1000 PSI burst pressure and be conductive type. An electric solenoid with a green rocker switch on the actionwall shall provided as an on/off oxygen switch. Override provided through a door on the wall into the oxygen compartment. The manufacturer will provide flush mounted medical oxygen outlets, as specified below. They shall be compatible with Ohmeda (Ohio) and be flush in the action wall control panel and/or wall. There will be two (2) outlets on the action wall. An additional oxygen outlet shall be provided. Location to be determined at the Pre-Construction Conference. SUCTION SYSTEM: 37 YES NO To assure high quality operation, the suction pump will be a Thomas high volume type. The pump shall be mounted in an exterior compartment to reduce patient compartment noise levels. SUCTION COLLECTOR DEVICE: The suction collection device shall be a RICO model RS4XP provided with a matching quick disconnect plug for the suction outlet on the control panel. It shall be provided with disposable liners for the collection jar and have a large, easy to read gauge. AMBULANCE BODY PAINT FINISH: Each bidder shall clearly state in their specifications their paint finish process and brand of paint used Aluminum body exterior shall have no mounted components prior to painting to assure full coverage of metal treatments and paint to the exterior surfaces of the body. Compartment doors shall be painted separately to assure proper paint coverage on body, door jambs and door edges. Body shall be painted white to match cab. SCOTCHLITE STRIPE: There shall be a reflective Scotchlite beltline stripe extending from the left and right front fenders horizontally to the rear and across the rear doors. Color to be red. Width and location to be determined at the Pre-Construction Conference. STAR OF LIFE AMAaMCE DECAL PACKAGE: A set of Star of Life Ambulance decals shall be installed, as directed by the purchaser. They shall be Scotchlite reflective materials, matching the standards of the current Federal Document KKK-A-1822 and consist of the following: (3) 7" "AMBULANCE" ; (1) 5" mirror image "AMBULANCE"; (2) size C (1811) Star of Life; (2) size B (1411) Star of Life; (1) 32" Star of Life (center of roof - non-reflective) ; and ( 2) 4" Star of Life. All decals shall be individually die cut. 38 YES NO "NO SMOKING° PLACARD• Supplied with the completed ambulance shall be two (2) "NO SMOKING - Oxygen In Use" metal placards. They shall be on a white background with prominent red letters meeting minimum requirements of Federal document KKK-A-1822. Paper or vinyl stick on or decals are not acceptable. No exception. VEHICLE WEIGHT AND PAYLOAD REOUIREMENTS: The ambulance payload allowance shall be determined and displayed in accordance with the requirements outlined in Federal document KKK-A-1822 , paragraph 3 .5.2 and displayed on a Weight/Payload Certification Sticker" . The sticker shall be located in a conspicuous location in the ambulance. The payload shall be over and above the specified curb weight (see KKK-A-1822 , paragraph 3.5.1) of the ambulance and include specified options, miscellaneous medical equipment, and communications equipment that is appropriately distributed within the ambulance. Optional specified equipment exceeding the minimum requirements of KKK-A-1822 may be subtracted from the minimum payload requirements, as outlined in 3 .5. 2 . 39 O�RNAR��'�b Spy C I T Y O F r Bernardino ED 1`l , O F F I C E O F T H E C I T Y A T T O R N E J A M E S F P E N M A N 6tered into Record at C 1 T Y A T T O R N E Y (Atj11r111CmyDevCms Mtg: October 31,bV re Agenda Item Emergency One, Inc. c/o Federal Signal Leasing City Clerk/CDC Seer 1415 W. 22nd Street, Suite 1100 City of San Bernardino Oak Brook, IL 60521 Re: Municipal Lease and Option Agreement (with Supplement and Exhibits) to Purchase Eight (8) Emergency One American Eagle Type I Ambulances (hereinafter referred to as the "Agreement"). Gentlemen: As counsel for the City of San Bernardino, California ("Lessee"), I have examined the above referenced original Agreement between Lessee and Emergency One, Inc. ("Lessor"), and the proceedings taken by Lessee to authorize and execute the Agreement. Based upon such examination of law and fact as I have deemed necessary or appropriate, I am of the opinion that: 1. Lessee is a public body, corporate and politic, duly organized, legally existing under the laws of the State of California. 2. The Agreement has been duly authorized, executed and delivered by Lessee pursuant to Constitutional, statutory and/or home rule provision which authorized this transaction in accordance with its terms and conditions. 3. The Agreement is a legal, valid and binding obligation of Lessee enforceable in accordance with the terms and provisions contained in said Agreement. 4. Except for the case of County of San Bernardino, et al. v. City of San Bernardino, California Supreme Court Case No. S050179, no other litigation is pending. However, we anticipate that court action will be initiated by the current provider of ambulance services. Except as set forth herein, to the best of my knowledge no other litigation is pending or threatened in any court or other tribunal, state or federal, in any way Questioning or affecting the validity of said Agreement. PRIDE IN MOGRISS J 0 0 N O R T H D S T R E E T S A N 8 E R N A R D 1 N O / C A L I F O R N I A 9 2 4 1 8 0 0 0 1 ( 9 0 9 ) 3 8 4 • S 3 5 S 5. The signature of the official of Lessee which appears on the Agreement is true and genuine; I know said official and know him to hold the office set forth below his name. 6. The Lessee is a political subdivision within the meaning of Section 103 of the Internal Revenue Code of 1986, as amended, and Treasury Regulations and Rulings related thereto. Lessor, its lawful successors and assigns, and any counsel rendering an opinion on the tax-exempt status of interest components of payments made pursuant to the terms of said Agreement, are entitled to rely upon this opinion. JAMES F. PENMAN City Attorney By; i HU ON T. CARLYL Senior Assistant City o e FS-2787-E LESSOR: FOR COMPLETION BY LESSOR Emergency One, Inc. 1415 W. 22nd St., Suite 1100 Always Refer to Lease No.M-_02665 Oak Brook, IL 60521 LESSEE: Name:__ City of San Bernardino Address: 300 N. "D" Street City San Bernardino State CA Zip Code 92418 Contact and Title: John P. Murphy, Purch Mgr. Telephone No. 909-384-5085 ITEM QUANTITY EQUIPMENT DESCRIPTION(Include Make,Model,Serial No.and all Attachments) 1 8 Eight (8) Emergency One Type I Ambulances Mounted on Eight (8) Ford F350 Chassis LEASE TERM TOTAL EQUIPMENT COST RENT DUE(Period) NOJAMOUNT OF RENTAL PAYMENTS See payment schedule attached Annually hereto and made a pan hereof Five (5) Years $656,783.68 In Arrears ("Payment Schedule] MUNICIPAL LEASE AND OPTION AGREEMENT Lessor hereby leases to Lessee the Equipment for the purposes and upon the following terms and conditions: ARTICLE I:COVENANTS OF LESSEE.Lessee represents,covenants and warrants,for ARTICLE III:COMMENCEMENT OF LEASE TERM. the benefit of Lessor and its assignees,as follows: The Original Term of this Agreement shall commence on the date the Equipment is accepted A.Lessee is a public body,corporate and politic,duly organized and existing under the by Lessee as indicated on the Certificate of Acceptance("Commencement Date'l and shall Constitution and laws of the State as set forth above("State")and will do or cause to be terminate the last day of Lessee's current fiscal year.For the duration of the Lease Term, done all things necessary to preserve and keep in full force and effect its existence as a this Agreement will be automatically renewed at the end of the Original Tenn and any body corporate and politic. Renewal Term unless the Lessee gives written notice to Lessor not less than ninety(90) days prior to the end of the Original Term or Renewal Term then in effect of Lessee's B.Lessee has been duly authorized to execute.deliver and perform this Agreement under intention to terminate this Agreement pursuant to Article V hereof. the Constitution and laws of the State and under the terns and provisions of the resolution of its governing body,or by other appropriate official approval.Lessee further represents, covenants and warrants that all requirements have been met,and procedures have occurred ARTICLE IV:INSPECTION.Lessor shall have the right at all reasonable times during in order to ensure the enforceability of this Agreement.Lessee shall cause to be executed business hours to enter into and upon the property of Lessee for the purpose of inspecting an opinion of its counsel in form acceptable to Lessor. the Equipment. C.During the term of this Agreement,the Equipment will be used by Lessee only for the purpose of performing one or more governmental or proprietary functions of Lessee con- ARTICLE V:RENT PAYMENTS. sistent with the permissible scope of Lessee's authority and will not be used in trade or Section 5.01 Rent Payments to Constitute a Current Expense of Lessee.Lessor and business of any person or entity other than the Lessee. Lessee shall not permit the Lessee understand and intend that the obligation of Lessee to pay Rent Payments Equipment to be moved permanently or semi-permanently(over 60 days)to a stale other hereunder shall constitute a current expense of Lessee and shall not in any way be than the state in which the equipment is originally titled. construed to be a debt of Lessee in contravention of any applicable constitutional or statutory D.During the period this Agreement is in force,Lessee will annually provide Lessor with limitations or requirements concemirf§the creation of indebtedness by Lessee,nor shall current financial statements,budgets,proof of appropriation for the ensuring fiscal year and anything contained herein constitute a pledge of the general tax revenues,funds or monies such other financial information relating to the ability of Lessee to continue this Agreement of Lessee. as may be reasonably requested by Lessor. Section 5.02 Payment of Rent Payments.Lessee shall pay Rent Payments,exclusively E.The Equipment is,and shall remain during the period this Agreement is in force,personal from legally available funds to Lessor in the amounts and on the dates set forth in the property and when subject to use by Lessee under this Agreement,will not be or become Payment Schedule attached t this Agreement.A portion of each Rent Payment is paid as. fixtures. and represents payment o1,interest and principal,respectively.Balances not paid when due shall be subject 10 past due interest at the rate of 18%per annum or the highest rate permitted by law,whichever is less.Notwithstanding any other provision of this Agreement ARTICLE II:DEFINITIONS.The following terms will have the meanings indicated below and under any and all circumstances,Lessee is obligated to pay interest to Lessor on the unless the context clearly requires otherwise: Purchase Price(remaining balance)at the per annum rate specified in this Agreement for "Lease Term"means the Original Term defined in Article III hereof and a sufficient number each day this Agreement remains in effect.All such unpaid interest shall be due immediately of automatic Renewal Terms as will constitute the number of months set forth on the face upon termination of this Agreement. of this Agreement. Section 5.03 Rent Payments to be Unconditional.Subject to Section 5.05,the obligation "Lessor" means the entity designated on the face of this Agreement as Lessor of Lessee to make payment of Rent Payments and other payments required under this hereunder. Agreement shall be absolute and unconditional in all events.Lessee shall make all such "Purchase Price"means the amount which Lessee may,at its option,pay to Lessor in payments when due and shall not withold any such payments as a result of any disputes order to purchase the Equipment,as set forth In the Payment Schedule attached to this arising among Lessee and Lessor,any Vendor or any other person,nor shall Lessee Agreement,subject to the terms of Article IX.---- - assert any right of set-off or counterclaim against its obligation to make such payments or "Renewal Term(s)"means the automatic renewal periods of this Agreement,each having- be entitled to any abatement of such payments as a result of accident or unforeseen a duration of one(1)year coterminous with Lessee's fiscal year except the last of such circumstances. automatic renewal periods which shall end on the anniversary of the Commencement Date. Section 5.04 Continuation of Lease Term by Lessee. Lessee intends to continue The terms and conditions during any Renewal Term shall be the same as the terms and the Lease Tenn through the Original Term and all of the Renewal Terms and to pay conditions during the Original Term,except that the Rent Payments shall be as provided the Rent Payments hereunder.Lessee reasonably believes that legally available funds in the attached Payment Schedule. of an amount sufficient to make all Rent Payments during the Original Tenn and each "Vendor"means the manufacturer of the Equipment as well as the agents or dealers of Renewal Tenn can be obtained. Lessee further intends to do all things lawfully within the manufacturer. See attached X411CMK% f ad nal terms and conditions. Supplem (continue on back) ACCEPTED AT: Date- Oc WbP a 1 19_ 9FL LESSEE ACKNOWLEDGES AND RECEMNG A COPY�TNIS AGREEMENT Emergency One, Inc. City of San Bernardino, CA (Lessor) eaaeQ NH11s as Anoxet m, tha een t he has b duly authorized to cav�x0. Aqr beherol the above-named Lessee. BY By: Title:_— -- Title: --1/—"-L---1._s'!_...--�__---- TERMS AND CONDITIONS is P"111•n nbla,n and maintain funds from NNCh Rent Payments may be made.including ARTICLE X:ASSIGNMENT;SUBLEASING;AND INDEMNIFICATION. making provision for such payments to the extent necessary in each biannual or annual Section 10.C1 Assignment by Lessor.This Agreement and the obligations or Lessee budget submitted and adopted in accordance with applicable provisions of state law,to to make payments hereunder,are not assignable„Salable.or transferable by Lessor,in have such Penton of the budget approved.and to exhaust all available reviews and whole or in part.Any attempted transfer,sale or assignment of this Agreement by Lessor appeals in the event such portion or the budget is not approved. to any,other party­11 h-..,at aert m+a Section 5.05 Nona ,he ion 10.03 Indemnification.To the extent permiltea by the laws and Constirk ol- pproprlation.In the even sufficient funds shall not be appropriated .the State in which Lessen is located.Lessee shall hold harmless and indemnity Lessor for the,payment of the Rent Payments requvefl to be paid in the next occurring Renewal Irnm and against env and all liability,obligations.losses,rlauns and damages whalsor±ver. Tetm.ariri d Lostrp has oo huTrts I,,rAIIy avadahle for Rent Payments from other sources. regardless of cause Ihoreof,and expenses in connection therewith,including,wdhoul then I o"oe may room nale this Aqm.mint M the end of the Original Term or then current limitation,counsel fors and expenses.Penalties and interest ansinq out of or as the result nrrewnl form.and I.rscrrt sliail not he nhi,gatM to make payment of the Rent Payments of the entering Intl.of this Aornemenl.the ownership of any dent of the Equipment.the 1ero�,i lr•I for m tins Aq,"o,ont hoy„nd Ihn Ongieal Term or the Renewal Term,whichever use.Operation n r,,nlw,00 of any item of the Equipment nr any Accident in connection < iirrnnt'a n rrCv,!ref the Lf—O'n...finales the Agreement on an anniversary with the opera fioo.a n.conddirn or po=cosc;nn of any Morn of the Equipir l leftdiinq late ,f;ts.7—merremenl•!ate.and Lesseo_^Agrees to deliver notice to Lessor of such in damage to prnporty or in1t ry to or death to any person. The indemnification antlno -v­, it'east rinaly a01 days prior'o;he end of the Original Term or the then under this paragraph shall continue in full force and efiect nolwdhstandinq the Ifillfp itmenl of all obt� tines under this Agreement or the termination of,"- r-inpnl Renewal Term In;he event of termination of this Agreement on other than an reasui• vesse t agrees not to wunnoid or m;ate any po,ii—of:he payments�rngn end arm:ersary of the Commencement Date,a pro-rata rent payment will be due covering payments pursuant to this Agreement by reason of any detects. the pwiod Of time between the last scheduled payment date and the termination dale.If this ngroernenl is terminated under this Section 5.05.Lessee agrees.at Lessees cost and expenl peaceably to deliver the Equipment to Lessor at the location specified by ARTICLE XI;EVENTS OF DEFAULT AND REMEDIES. Lessor in such event,and to the extent lawful.Lessee shall not,until the date on which Section 11.01 Events of Default Defined.the following shall constitute an"avant Of the next Occurring Renewal Term would have ended,expend any funds for the purchase default'hereunder: or use e,1 0 A. Failure by Lessee to pay any Rent Payment or other payment required to be Dad nuipment similar to the Equipment sublect to this Agreement, hereunder at the lime speciflnd herein.or B Failure by Loss—to observe and perform any other rovenard,condition or agreorronl ARTICLE VI:TITLE TO EQUIPMENT:SECURITY INTEREST. on its part to ho nhsrrond or performed. Ihor man for A pored of tlurty(30)day^atlrr written nnbr:e to LOSSrn q,ecdyfing such failure and requosinq that,l be,remedt.vl.unless section 6.01 Title to the Equipment.During the term of this Agreement,bile to the Lessor shall agree;n writing to an extension of such time prior to its exnuaticn.prrwdrd. E,iiinn t and any and all add,hons,repA,rs.reciacements of modifications shall vest in however.d he failure stntrd m the noire cannel ho car rented wdhtn Ihrr applicatde par rid Lrssre sutyn.t:o the rights of Lessor under;his Agreement.In the event of default as Lessor will not lair reasonably withhold its ren5enl In an nxlrnsfitut of Sri h limed rnrioc Wo IM!nth in Section 11 01 or nonapprnpnation as set forth in Section 5.05,title to the action is insiilulyd by Lessee within;he nrrkrahlr period and diligeolly pursued end the Equipment shalt i rnodntely vest in Lessor,and Lessee will,upon Lessor's request. defaull is corrected:or reasonably surrender Possession of the Equipment to Lessor.Lessee.irrevocably,hereby C.Breach of any material represenlation or wairanly,by Lessee under this AgreemenC designates, makes, constitutes and appoints Lessor(and all persons designated by or Lessoo as Lessee's true and lawful attorney(and agent-in-fact)with power,at such time D.Commencement by Lessee of a case or proceeding under the Federal bankruptcy of drlault or nona laws or filing by Lessee of any petition or answer seeking reorgantzation.arrangement. pproDnafion or times thereafter as lessor in its sole and absolute composition,readjustment,liquidation or similar relief under any existing or future bank discretion may determine,in Lessee's or Lessor's name,to endorse the name of Lessee nfiptcy,insolvency or ether similar law or an answer admitting or nor contesting the matenal upor any Cortihcate of Tilre,Bill of Sale,document,instrument,invoice.freight bill,bill allegations of a petition filed against Lessee in any such proceeding:or of lading Or similar document relating to the Equipment in order to vest title in Lessor and E.A petition arimesl Lessee in a proceeding under any existing or future banknptrv, transfer possession to Lessor. insolvency or nrher similar law shall be filed and nel withdrawn or dismissed within thirty Section 6.02 Security Interest.To secure the payment of all Lessee's obligations under (30)days thereafter this Agreement.Lessee grants to Lessor a security interest constituting a first lien on the Section 11.02 Remedies on Default.Upon the occurrnnro of an event of defa,dt.Lossrir Equipment and on all additions,attachments.accessions and substitutions Iherelo.and shall have the right,at ifs sole option without any further demand or notice.to exercise on any procoeds therefrom Lessee agrees to execute such additional documents,includ- any one or more of the following remedies. innnnnq statrmenls.corldir.ilo of title.affidavits,notices and similar instruments. A.Wrth nr wdhnul Irrmirntinq this Agreemori retake pnsrsaon of the Equipmenl and mq' sill.le.xr nr sublr:fise he,Equipment with Iho not noCerdrc thrreo(to ho apptird I, n ......�nir�lannry in 1 ncsnr whu:h I rnsnr rtroms necessary Or iptireponle to ristnb6sh Lessor's nbLC atiuns I—o'l In i I r,holding Lester liahlr lei Iho Purchase Price apptirahir anI toxin Urn ifs serunly mtero9l in!he,Egmrment.After Lessee has made,all payments on the rent payment clue dale immediately precedtnq the date of dnhulL plus the neof re,pamd by this Agreemenl.Lessee,will own he equipment free and clear of any lien or Payment clue rni such elate, plus any other amrnmis payable by Lessee hereunder. or r,nnbrancrt irclurtaq,but not limdea In iltorri fees.expenses and costs of reposso—i-m. B.Rrquvo Lessee al Lessee's risk and expense to promptly return the Equipment in the manner and it the condition set forth in Sections 5.05 and 7.01 hereof: ARTICLE Vil:MAINTENANCE:MODIFICATION;TAXES:INSURANCE. C.Il Lessor is unable to repossess the Equipment for any reason.the Equipment shall Section 7.01 Maintenance of Equipment by Lessee.Lessee agrees hat at all times be deemed a?Mat loss and Lessee shall pay to Lessor the;hen applicable Purchase du,eq the Lease Term Lessee will.at Lessee's own cost and expense,maintain,preserve Price as set forth in the Payment Schedule attached hereto:and and keep the E qupment in good repair,working order and condition. D Take-.vhatever other action at law or in equity may arponr necessary or desirable to Section 7.02 Taxes,Other Governmental Charges and Utility Charges.In the event enforce ifs rights as Imp owner of:he Equipment the j^, Drscess,nn or ar;guisihcn of the Equipment is found to be subject to taxation in Section 11.03 No Remedy Exclusive.No remedy bore a conferred upon or reserved fin Loscn is intended to he exrlus,ve and every turh romedv shall be ruminative and=hail any Iran nxrppt:rr.nrnmp taxes nl Lessrrl L255ee will pay during the Lease Term,as rip n ado,l,no to fiery other rorredy giv.n fiindrr this Agrrnr Tan nr now r hn,ealMr the-amp rein ct�1v rnrt doe all to—and^governmental charges of any kind what rxisiinq-il t.v it.r•,, ,ly N,,lalav or antics i•n!n nxp A y"'11 11 p woo., it s -, hal ­v at any'ire. no awfudv assessed or iev,ed against or with respect to Iho- uprn any dof,i ll shrill niPar any such right or power or;hit l be coos) d 1,o be a Eq,nprrprt. :hereof. Section 7.03 Insurance.At ifs own expense Lessee shall cause casualty.public liability And property damage nsurance to be carried and maintained.or shall demonstrate to ARTICLE XII:MISCELLANEOUS. 'he caislachon of Lessor that adequate self-insurance is provided with respect to the Section 12.01 Notices.All notices or other Commgnca ones hereunder shall be sutfi—rilty Equipment.sufficient to protect the Full Insurable Value(meaning the full replacement given and shall he deemed given when delivered by farsnnde with proof of succosshd value innwi of the Equipment or!he then applicable Purchase Price,whichever is greater), transmission,by Overnight couner.or when meted by,registered mad.postage prepmd. and h>protect Lessor Irnm Iiabdily m all events.Lessee shall furnish to Lessor Certificates to the parties at then respective places of business. evidencing such coverage Ihfoughoul the Lease Term,Alternatively,Lessee may insure Section 12.02 Binding Effect.This Agreement shall morn to the henefil of and shall no the Equipment under a blanket insurance policy of policies which cover not only the birdie upon Lesser and Lessee and their respective surcessors and assigns. Egwp,npni b,d oher properties.If Lessee shall insure similar properties by sell insurance. Section 12.03 Severability.In the event Lessee fads to pay any amouris due he-r-rider Lessee will insure the Equipment by means Of An adequate insurance fund.All insurance or:o perform any of its obligations under!his Agreement.Lessor may at its option pay shall name Lessee and Lessor as assureds and!ess payees as their respective interests such amounts or perform surh obligation,and Lessee shat)reimburse Lessor the amount rf siiCh;air-nnl rir rr�t of pnrrnrmanco ruin 1or,,o,f ',cothrr;v�.h ojorer,I at rI T,av urrwv .Intl shall provide 'nr al 'past ten 101 days Paco written notice by the firrlei,;rat ar rir osUmnre romper :fie rl nigh torn p went IS-.1 per annum or the hiGhrSt rile parmillpd i+f'.aw,whiCnp•;nr < y'r LpS SOr n:he event of cancellation Jf px0�ratiOn e55. Section 12.05 Execution in Counterparts.This Agreement may be executed in murrTnl, ARTICLE VIII:DISCLAIMER OF WARRANTIES. counterparts each rl winch shall be an Original and all of which shall constitute but one and he same trim--t. The Eguiompni is revered by the regular printed ,,arrarly of the Seller. Lessee may Section 12.06.Power of Attorney.Lessee nerebv authorizes Lessor to!ire IRS=rim pr Hvre.Is'utl rights under such warranty,but t shall not set oft any claims against the 8038-G of 8038 GC on behalf Of Lessee.which Provides information td the IRS on tax 'ease payrents hereunder The Seller s warrary provides Lessee with its exclusive .xemPt!eases and mstalloi sales.Lessee hereby appoints Lessors reprosentalfive as .sarranl'/ ,ghls and this Agreement contains no warranty or representation,either express attorney in fact solely for the purpose of Signing the above reference informational term or mThed is to value,design.rnnddlnn,mer•;hantabdity or fitness for particular purpose Section 12.07.Applicable Law.This Agfeement shall be governed by and conslrupd in or',se of,he ,qu,pmenl_ accordance with the laws of the State in which Lessee is'or-aled. Section 12.08 Entire Agreement. This Agreement constitutes the entire agreement between Lessor and Lessee and may not be amended.altered or modified except by ARTICLE IX: OPTION TO PURCHASE. Prov-ded Lessee has paid all interest owed written instrument by Lessor and Lessee. Any terms and conditions of any pursuant to Section 5.02 and is not.n default.!Prounder Lessee may,upon gtv g Lessor purchase order or other document(with the exception of Supolements)submd;od by not less than ninety;'90)days prior wnllen notice,elect'o purchase all,but not less than Lessee n cornec:inn w-th this Agreement which are;n addition to or inconSslert Nith all. of the Equipment of any annual annversary of the Commencement Dale for the the terms and coneitwo of this Agreement suit not be binding an Lessor and will not apciir,ahle Purchase Price as set forth in the Payment schedule attached hereto,which apply to this Agreement i essep by the signafure of,1S authomzed representative Arkn:wi- edges'hat!r has read n,s Agreement,under5:ands J.And agrees n be bound nv-15 anic-1;hall be due and Payable on the day'clirwinq the annual anniversary of the terms and rondeiors Crm,npocerrenl Dale SUPPLEMENT TO MUNICIPAL LEASE AND OPTION AGREEMENT This Supplement to the Municipal Lease and Option Agreement between Emergency One, Inc. (Lessor) and the City of San Bernardino (Lessee), is entered into this 31st day of October, 1996. In accordance with Article XII, Section 12.08 of the Municipal Lease and Option Agreement, hereinafter referred to as "Lease Agreement," the parties hereto supplement, expand and correct language in the Lease Agreement, City of San Bernardino Type 1 Ambulance Bid Specifications, and Haaker Fire Equipment Proposal as follows: 1. Incorporation of Exhibits. The following Exhibits are hereby incorporated into and made part of this Supplement to the Lease Agreement as though set forth at length, except where certain portions of specific Exhibits have been deleted or superceded by other sections of the Lease Agreement, Supplement, and/or Exhibits. Exhibit A Proposal submitted to the City of San Bernardino by Haaker Fire Equipment dated October 23, 1996 in regard to Eight Emergency One American Eagle Type 1 Ambulances, hereinafter referred to as "Proposal." Exhibit B City of San Bernardino Type 1 Ambulance Bid Specifications,hereinafter referred to as "Bid Specifications." Exhibit C Warranties consisting of E-One Statement o Warranty, E-One Ambulance Conversion 3 Year / 75,000 Mile Warranty Policy, E-One Standard Limited 15 Year Structural Warranty Modular Body Ambulances, E-One Statement of Warranty (Ten Year Corrosion Protection and Five Year Pro-Rated Paint), Ford Federal and California Emissions Warranties, Ford New Vehicle Limited Warranty, and Ford Noise Emissions Warranty, Tire Warranty, and Ford Roadside Service, hereinafter referred to as "Warranties." Exhibit D Payment Schedule 2. Definitions. A. The Lease Agreement, Supplement and the Exhibits thereto may jointly be referred to as "Agreement." Initia 1 B. "Vendor"as defined in Article II of the Lease Agreement also defines "Seller" as used in this Agreement. 3. Delivery Date. All Eight (8) Emergency One American Eagle Type 1 Ambulances will be delivered before April 1, 1997. 4. Possession of Ambulances and Execution of Certificate of Acceptance. The Lessee shall receive immediate possession and be permitted to use all ambulances ordered under this Agreement upon their completion. The Certificate of Acceptance will be executed by the Lessee upon delivery of all eight (8) ambulances under this Agreement. 5. Covenants of Lessee. "Permissible scope" as defined in Article 1(C) of the Lease Agreement shall be limited by the decision of the California Supreme Court in the case of County of San Bernardino, et al. v. City of San Bernardino, Supreme Court Case No. S050179 now pending, and any other judicial decision subsequent to the execution of this Agreement. 6. Insurance. Insurance as referenced in Article VII, Section 7.03 of the Lease Agreement shall be maintained by Lessee to protect Lessor from liability in all events, except for products liability. 7. Cancellation Provisions. The basis of this proposal is that all parties are acting in good faith and will use their best efforts to conclude the transaction through delivery and complete payment. The cancellation provisions detailed below are effective if the Lessee is legally prevented from providing medical transport services or chooses to cancel this Agreement prior to the first anniversary of the commencement date. In the event Lessee is legally prevented from providing medical transport services and/or provides Lessor notice (as provided herein) of its intent to cancel this Agreement prior to the first anniversary of the commencement date, then Lessee shall promptly pay to Lessor a cancellation fee as follows: a. CANCELLATION FROM DATE OF ORDER TO DATE CONSTRUCTION BEGINS: $1,000 per vehicle. b. CANCELLATION FROM DATE CONSTRUCTION BEGINS TO DATE OF FACTORY COMPLETION: $3,000 per vehicle. C. CANCELLATION FROM THE DATE OF FACTORY COMPLETION TO FIRST ANNUAL LEASE ANNIVERSARY: One (1) full lease payment Initia ($155,918.08)plus an amount equal to 4/5 of the total State sales tax payable on the transaction, if any has become due and payable. In the event of cancellation after possession by Lessee on the basis of an adverse legal ruling, all vehicles will be returned by lessee within 30 days of notice of the cancellation. d. CANCELLATION SUBSEQUENT TO THE FIRST ANNUAL LEASE ANNIVERSARY: Terms of the Lease Agreement will apply. e. In addition to the above, Lessee will pay to Lessor a flooring fee will be charged on any unshipped vehicles from the date of factory completion to the date of factory shipment at the rate of$14.00 per day per vehicle. This fee applies to vehicles held at the factory at the request of the Lessee. If delivery is not made within 60 days of completion at the Lessee's request, Lessor reserves the right, but not the obligation, to sell any unshipped vehicles to other parties. f. To be effective, such notice must be sent via facsimile and via overnight mail with receipt requested to : Emergency One, Inc. Attention: Robert Racic 1415 W. 22nd Street, Suite 1100 Oak Brook, IL 60521 FAX No.: (630) 954-2041 With a copy to: Haaker Fire Equipment Attention: Randy Blackman 3505 Pomona Blvd. Pomona, CA 92768 FAX No.: (909) 598-1427 8. Liquidated Damages. It is agreed that for every day of delay in the delivery of the ambulances under this Agreement, Seller shall pay to the Lessee the sum of$150.00 per day per undelivered ambulance. The sum is agreed upon as liquidated damages and not as a penalty and will be due from Seller by reason of the necessary cost of providing the public with medical transport service causing an expenditure of public funds resulting from Seller's Initi failure to complete the work within the time specified under this Agreement (before April 1, 1997). The parties hereto have computed, estimated and agreed upon the sum as an attempt to make a reasonable forecast of probable actual loss because of the difficulty of estimating with exactness the damages which will result. This paragraph supersedes any provisions found in the Lease Agreement and/or Bid Specifications. Liquidated damages will not apply if delays are due to war, fire, labor disputes, acts of God, governmental regulations enacted after the date of execution of this Agreement, or other causes beyond Seller's reasonable control. 9. Construction of Provisions and Titles. All titles or subtitles appearing in this Agreement have been inserted for convenience and shall not be deemed to affect the meaning or construction of any of the terms or provisions of such Agreement. 10. Order of Precedence. In the event of an inconsistency between any of the provisions of the Supplement, Lease Agreement, Proposal, and Payment Schedule,the inconsistency shall be resolved by giving precedence in the following order: 1. Supplement 2. Lease Agreement 3. Warranties 4. Proposal 5. Bid Specifications 11. Indemnification. All of Section 10.03, of the Municipal Lease and Option Agreement, except for the last sentence thereof, is hereby deleted. 12. Price and Delivery Date Guarantee. Notwithstanding the Note in the Proposal of Haaker Fire Equipment and in the letter of October 15, 1996, that the price quoted for the eight (8) ambulances is good until 10/31/96, said price shall remain good without change and the guarantee of a delivery date of prior to April 1, 1997, shall remain firm until 11/7/96. ZI �W 4 13. Attorney Fees. In any litigation relating to this Agreement, the prevailing party shall be entitled to reasonable attorneys fees. The costs, salary and expenses of any in-house counsel and/or the City Attorney and members of his office in enforcing this contract shall be considered as "attorneys fees" for the purposes of this paragraph. IN WITNESS WHEREOF, the parties hereto have executed this Supplement to Municipal Lease and Option Agreement on the day and date first above shown. Emergency One, Inc. By: City of San Bernardino By: v v _-- Approved as to form and legal content: JAMES F. PENMAN, City Attorney 41 By: 7 Ini ial 5 Insurance Coverage Requirements (This letter should be given to your insurance broker/agent to ensure proper coverage and documentation. ) Subject: Eight (8) Emergency One Type I Ambulances Mounted On Eight (8) Ford F350 Chassis Ladies and Gentlemen: Under the terms of the Municipal Lease and Option Agreement between the City of San Bernardino and Emergency One, Inc. , the following insurance coverage is required: a. All Risk Physical Damage Insurance on the leased equipment evidenced by a Certificate of Insurance and Long Form Loss Payable Clause naming Emergency One, Inc. as Loss Payee. Coverage required: Full Replacement Value. b. Automobile Liability Insurance evidenced by a Certificate of Insurance naming Emergency One, Inc. as Additional Insured. Coverage required: $1, 000, 000 combined single limit (bodily injury and property damage) . Please issue a Certificate of Insurance at your earliest convenience and forward to: Emergency One, Inc. c/o Federal Signal Leasing Attention Joanne Delegan 1415 W. 22nd St. , Suite 1100 Oak Brook, IL 60521 Your prompt reply is most appreciated. Should you have any questions regarding this matter, please feel free to contact me. City of San Bernardino (Lessee) By: Title: U na 2� C O N F I R M I N G P U R C H A S E O R D E R P .O . NUMBER 907973 1 . DATE .� 0 CT0 2 . DEPARTMENT_ 3. NAME A V E k KE S E 4 . REQUISITION NO . S. VENDOR 6 . ACCOUNT NO . 7 . ESTIMATED COST 8 . ITEM DESCRIPTION R M �VLA wc4e C 1 i r O F d �an Bernardino !J `, i JOHN P. MURPHY , C . P . M . PURCHASING MANAGER PURCHASINGCENTRAL STORES DEPARTMENT 300 N.'0'ST.,4TH FLOOR,SAN BERNAROINO,CALIFORNIA 92418 (909)384-5085 • FAX:(909)384-5043 SUPPLEMENT TO PURCHASE ORDER This Supplement to the Purchase Order between Emergency One, Inc. (Seller) and the City of San Bernardino, is entered into this 31 st day of October, 1996. The parties hereto supplement, expand and correct language in the Purchase Order, City of San . Bernardino Type 1 Ambulance Bid Specifications, Haaker Fire Equipment Proposal dated October 23, 1996, and Municipal Lease and Option Agreement as follows: 1. Incorporation of Exhibits. The following Exhibits are hereby incorporated into and made part of this Supplement to the Purchase Order, hereinafter referred to as "Supplement," as though set forth at length, except where certain portions of specific Exhibits have been deleted or superceded by other sections of the Purchase Order, Supplement, and/or Exhibits. Exhibit A Proposal submitted to the City of San Bernardino by Haaker Fire Equipment dated October 23, 1996 in regard to Eight Emergency One American Eagle Type 1 Ambulances, hereinafter referred to as "Proposal." Exhibit B City of San Bernardino Type 1 Ambulance Bid Specifications,hereinafter referred to as "Bid Specifications." Exhibit C Warranties consisting of E-One Statement o Warranty,E-One Ambulance Conversion 3 Year / 75,000 Mile Warranty Policy, E-One Standard Limited 15 Year Structural Warranty Modular Body Ambulances, E-One Statement of Warranty (Ten Year Corrosion Protection and Five Year Pro-Rated Paint), Ford Federal and California Emissions Warranties, Ford New Vehicle Limited Warranty, and Ford Noise Emissions Warranty, Tire Warranty, and Ford Roadside Service, hereinafter referred to as "Warranties." Exhibit D Payment Schedule Exhibit E Municipal Lease and Option Agreement and Supplement thereto, hereinafter referred to as "Lease Agreement." 2. Definitions. A. The Purchase Order, Supplement and the Exhibits thereto may jointly be referred to Initial m 1 as "Agreement." B. "Vendor"as defined in Article II of the Lease Agreement also defines "Seller" as used in this Agreement. 3. Delivery Date. All Eight (8) Emergency One American Eagle Type 1 Ambulances will be delivered before April 1, 1997. 4. Possession of Ambulances and Execution of Certificate of Acceptance. The Lessee shall receive immediate possession and be permitted to use all ambulances ordered under this Agreement upon their completion. The Certificate of Acceptance will be executed by the Lessee upon delivery of all eight (8) ambulances under this Agreement. 5. Covenants of Lessee. "Permissible scope" as defined in Article 1(C) of the Lease Agreement shall be limited by the decision of the California Supreme Court in the case of County of San Bernardino, et al. v. City of San Bernardino, Supreme Court Case No. S050179 now pending, and any other judicial decision subsequent to the execution of this Agreement. 6. Insurance. Insurance as referenced in Article VII, Section 7.03 of the Lease Agreement shall be maintained by Lessee to protect Lessor from liability in all events, except for products liability. 7. Location of Service Center. The Service Center for the ambulances delivered under this Agreement is to be located in any of the following Southern California counties: San Bernardino County, Riverside County, Orange County, San Diego County, Imperial County or Los Angeles County. 8. Cancellation Provisions. The basis of this proposal is that all parties are acting in good faith and will use their best efforts to conclude the transaction through delivery and complete payment. The cancellation provisions detailed below are effective if the Lessee is legally prevented from providing medical transport services or chooses to cancel this Agreement prior to the first anniversary of the commencement date. In the event Lessee is legally prevented from providing medical transport services and/or provides Lessor notice (as provided herein) of its intent to cancel this Agreement prior to the first anniversary of the commencement date, then Lessee shall promptly pay to Lessor a cancellation fee as follows: a. CANCELLATION FROM DATE OF ORDER TO DATE CONSTRUCTION BEGINS: $1,000 per vehicle. Initial t- 2 b. CANCELLATION FROM DATE CONSTRUCTION BEGINS TO DATE OF FACTORY COMPLETION: $3,000 per vehicle. C. CANCELLATION FROM THE DATE OF FACTORY COMPLETION TO FIRST ANNUAL LEASE ANNIVERSARY: One (1) full lease payment, ($155,918.08)plus an amount equal to 4/5 of the total State sales tax payable on the transaction, if any has become due and payable. In the event of cancellation after possession by Lessee on the basis of an adverse legal ruling, all vehicles will be returned by lessee within 30 days of notice of the cancellation. d. CANCELLATION SUBSEQUENT TO THE FIRST ANNUAL LEASE ANNIVERSARY: Terms of the Lease Agreement will apply. e. In addition to the above, Lessee will pay to Lessor a flooring fee will be charged on any unshipped vehicles from the date of factory completion to the date of factory shipment at the rate of$14.00 per day per vehicle. This fee applies to vehicles held at the factory at the request of the Lessee. If delivery is not made within 60 days of completion at the Lessee's request, Lessor reserves the right, but not the obligation, to sell any unshipped vehicles to other parties. f. To be effective, such notice must be sent via facsimile and via overnight mail with receipt requested to : Emergency One, Inc. Attention: Robert Racic 1415 W. 22nd Street, Suite 1100 Oak Brook, IL 60521 FAX No.: (630) 954-2041 With a copy to: Haaker Fire Equipment Attention: Randy Blackman 3505 Pomona Blvd. Pomona, CA 92768 FAX No.: (909) 598-1427 Initial 3 9. Liquidated Damages. It is agreed that for every day of delay in the delivery of the ambulances under this Agreement, Seller shall pay to the Lessee the sum of$150.00 per day per undelivered ambulance. The sum is agreed upon as liquidated damages and not as a penalty and will be due from Seller by reason of the necessary cost of providing the public with medical transport service causing an expenditure of public funds resulting.from Seller's failure to complete the work within the time specified under this Agreement (before April 1, 1997). The parties hereto have computed, estimated and agreed upon the sum as an attempt to make a reasonable forecast of probable actual loss because of the difficulty of estimating with exactness the damages which will result. This paragraph supersedes any provisions found in the Lease Agreement and/or Bid Specifications. Liquidated damages will not apply if delays are due to war, fire, labor disputes, acts of God, governmental regulations enacted after the date of execution of this Agreement, or other causes beyond Seller's reasonable control. 10. Construction of Provisions and Titles.All titles or subtitles appearing in this Agreement have been inserted for convenience and shall not be deemed to affect the meaning or construction of any of the terms or provisions of such Agreement. 11. Order of Precedence. In the event of an inconsistency between any of the provisions of the Purchase Order, Supplement, Lease Agreement, Warranties, Proposal, and Bid Specifications, the inconsistency shall be resolved by giving precedence in the following order: 1. Supplement 2. Purchase Order 3. Lease Agreement 4. Warranties 5. Proposal 6. Bid Specifications 12. Indemnification. All of Section 10.03, of the Municipal Lease and Option Agreement, except for the last sentence thereof, is hereby deleted. 13. Price and Delivery Date Guarantee. Notwithstanding the Note in the Proposal of Haaker Fire Equipment and in the letter of October 15, 1996, that the price quoted for the eight (8) ambulances is good until 10/31/96, said price shall remain good without change and the guarantee of a delivery date of prior to April 1, 1997, shall remain firm until 1177/96. 14. Attornev Fees. In any litigation relating to this Agreement, the prevailing party shall be entitled to reasonable attorneys fees. The costs, salary and expenses of any in-house counsel Initial ✓1� 4 and/or the City Attorney and members of his office in enforcing this contract shall be considered as "attorneys fees" for the purposes of this paragraph. IN WITNESS WHEREOF, the parties hereto have executed this Supplement to Municipal Lease and Option Agreement on the day and date first above shown. Emergency One, Inc. By: City of San Bernardino By: Approved as to form and legal content: JAMES F. PENMAN, City Attorney By: - � Initial )qft-, 5 Emergency One, Inc. _ 1415_W. 22nd St., Suite 1100 Always Refer to Lease No. M" 026-65 Oak Brook, IL 60521 LESSEE: Name: City of San Bernardino Address: 300 N. "D" Street City_ San Bernardino State_Sh_zip Code_32418_ Contact and Title: Joht3_P�MuCphy� Punch_ Mtn Telephone No. 90938� Q$5 ITEM QUANTITY EQUIPMENT DESCRIPTION(Include Make,Model,Serial No.and all Attachments) i r 1 8 Eight (8) Emergency One Type I Ambulances Mounted on Eight (8) Ford F350 Chassis I LEASE TERM TOTAL EQUIPMENT COST RENT DUE(Period) N0 AMOUNT OF RENTAL PAYMENTS i See payment schedule attached Annually hereto and made a part hereof Five (5) Years $656,783.68 ('Payment Schedule") ACCEPTANCE CERTIFICATE The undersigned, as Lessee under the Municipal Lease and Option Agreement (the "Agreement") referred to above, acknowledges receipt in good condition of all of the Equipment above described as of the date set forth below (the "Commencement Date") and certifies that Lessor has fully and satisfactorily performed all of its covenants and obligations required under the Agreement. Lessee hereby certifies that the description of the personal property set forth above constitutes an accurate description of the "Equipment" and further certifies that the location of the Equipment is as stated above unless otherwise indicated below. Lessee unconditionally accepts the Equipment for all purposes of the Agreement as of the Commencement Date / and agrees that it will commence payments in accordance with Article V of the Agreement. t 19 96 �. Commencement Date Equipment Location: City of San Bernardino, CA (Lessee) Name By Title: LESSEE: PLEASE RETAIN THIS PAGE, IF NECESSARY, FOR EXECUTION UPON ACCEPTANCE OF THE EQUIPMENT AND THEN RETURN SAME TO LESSOR. ACCFPTANCE C'c P,TIFICArF Lease No. 02665 PAYMENT SCHEDULE Lessee: City of San Bernardino Number and frequency of payments: Five (5) annual payments in arrears. Interest computed at 6. 00% per annum. Purchase Payment amount applied to price Payment --------------------- (remaining amount Interest Principal balance) ----- ---------- ------------ Total sales price $656,783. 6F Trade-in allowed $0. 00 $0: 00 656,783 . 6E Down payment 0.00 0. 00 656, 783. 6E Payment 1 155,918. 08 $39,407.02 116,511.06 540,272 . 62 Payment 2 155, 918. 08 32,416.36 123, 501.72 416,770.9C Payment 3 155 918. 08 ' � 25, 006.25 130,911. 83 285,859. 0" Payment 4 155,918.08 17,151.54 138,766. 54 147, 092 .5n Payment 5 155,918. 08 8,825. 55 147, 092 . 53 0.0c Totals $779,590. 40 $122,806. 72 $656, 783 . 68 * Balances not paid when due shall be subject to past due interest at the rate of 18% per year or the highest rate permitted by law, whichever is less. Interest accrues daily, at the rate indicated above, on the outstanding principal balance (listed in "Purchase price" col n) Emergency One, Inc. City of San Bernardino "Lessor" "Lessee" Entered into Record at CouncillCm DevCms Mt f� v 9 By: - By: by Title: reApend� Item Title: k d'�6U;� ! �2,,C \-� c City ClerkiCDC Secy City of San Bernardino Mayor's EMS Transport Monthly Report (to be read 11/4/96) Since city-operated EMS transport was approved in October, significant progress has been made towards implementation. The following is a summary of activities that have taken place this past month: Jim Page has been retained as a consultant to oversee the implementation of this service. Chief Wright has appointed Captain Dave Kreske to be the lead person in the Fire Department on this project. Jim and Captain Kreske are already working closely together to begin the implementation process. Fire Department and Public Services Fleet staff have completed the specifications for the ambulances, and the Council approved the purchase at its last meeting. I signed the lease agreements on Thursday, and the purchase order has gone out. The item on today's agenda will ratify the emergency action that the Council has already taken. Now that the ambulance purchase has been initiated, the next step is to begin the process of purchasing the medical equipment and radios for the ambulances. A team of City department heads and staff has met twice to review the implementation tasks and coordinate efforts. The group is now working on an implementation schedule that lists all the actions to be taken and designates the responsible staff person. On today's agenda is an item from the Finance Department that outlines the plan for financing the EMS transport service until it becomes self-supporting. Four city funds have been identified that are capable of making the loan of $1. 4 million. If approved loan would be paid back with interest over a 7 year period, and would be backed by the General Fund. The Personnel Department has been reviewing job descriptions and salary information on EMS classifications from other cities. A draft job description for the Program Manager has been developed and is being reviewed. Also, Personnel will be modifying the existing job descriptions for the Administrative Analyst and Administrative Operations Supervisior to suit the EMS operation, and will submit them to the Civil Service Board for approval . - A Request for Qualifications is being developed that will be used to hire the EMS program's Medical Director. The doctor selected will work as a consultant on an hourly basis. - Another group of city staff is working on a plan to acquire the office furniture, telephones, and computers needed for the EMS division offices. [VC0 ?V Y_ Specifications are being developed by Finance and Fire staff for the EMS transport billing service. The new contract for service will begin May 1, and the company selected will bill for both EMS first responder and transport fees. In order to set our transport fees, a formal rate study is needed. More information regarding this study will be brought forward to the Council in the near future. Entered into Record at CouncillCmyDevCMS Mtg: by re Ageiioa Item (2 ' A �.'�-�e_, City ClerkICDC Secy City of San Bernardino