HomeMy WebLinkAbout11-8 L
Resolution No. 11-8
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH FIRE SERVICE, INC.
FOR TWO WHEELED COACH AMBULANCES
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that
Sean R. Stegall,City Manager,be and is hereby authorized and directed to execute an agreement on
behalf of the City of Elgin with Fire Service, Inc. for the purchase of two Wheeled Coach
ambulances, a copy of which is attached hereto and made a part hereof by reference.
s/Ed Schock
Ed Schock, Mayor
Presented: January 12, 2011
Adopted: January 12, 2011
Omnibus Vote: Yeas: 7 Nays: 0
Attest:
s/Diane Robertson
Diane Robertson, City Clerk
SALES CONTRACT
This agreement is hereby made and entered into this 12thday of January , 20 11 , by and
between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "Buyer"), and
Fire Service, Inc., an Indiana corporation(hereinafter referred to as "Company").
1. ACCEPTANCE: The Company agrees to sell, and the Buyer agrees to purchase the
apparatus and equipment (hereinafter referred to as "Apparatus"), and under such terms and
conditions as are provided in the proposal dated November 19, 2010, by the Company, a copy of
which is attached hereto and made a part hereof as Attachment A.
2. DELIVERY: The ambulance shall be ready for delivery within 45 - 90 calendar days, after
the receipt and signed acceptance of this contract at the Wheeled Coach Corporate Headquarters,
Winter Park, FL. The Company shall not be liable for penalties and / or delays due to strikes,
failures to obtain materials, fires, accidents, force majeure, or any other causes beyond the
Company's control.
In order to establish a stable design, procurement, and build schedule, a Buyer change order cutoff
date of eight (8) Days from the date of the execution of the contract will be enforced. Changes in
major components, configuration, or other items that may change the major components or
configuration, (e.g.: Chassis, Motor, Transmission, Wheel Base) will not be allowed after the
contract execution date.
If inability to obtain exclusive or brand name materials causes completion or delivery problems, the
Company shall advise the Buyer of said problem. The Company shall, whenever reasonably
necessary, utilize alternative sources of said materials. Material substitutions shall be mutually
agreed upon by the Buyer and the Company. No substitutions shall be made without the execution
of a written change order by the Buyer.
3. CHANGE ORDERS: Changes to the contract may be requested by the Buyer after the
execution of the contract according to Section 2 of this document. Changes shall be reviewed for
cost and schedule impact by the Company. Changes shall be sequentially numbered. The price of
the apparatus shall be adjusted to take into account any Change Orders. Any and all Change
Orders may extend the completion and delivery of the ambulance.
FSI Sales Contract, Page 1 of 3 Original (03-10-2006)
Sales Policy Manual Attachment F
4.' PRICE: The Buyer shall pay, as a purchase price for the two (2) apparatus, the sum of
Three Hundred Sixty-Five Thousand Eight Hundred Ten and 00/100 dollars. ($365,810.00)
(2 units @ $182,905.00 each)
All prices are less any applicable local, state, or federal taxes which may be applied to the apparatus
proposed. NOTE: Payment shall be made only to:
Fire Service, Inc.
9545 North Industrial Drive
Saint John, Indiana 46373
5. TERMS OF PAYMENT:
a) No money down, 100% payment at delivery. Payment by municipal or cashier's
check.
The purchase price payment reflects US dollars and does not include any authorized change
orders which, if applicable, shall be paid at time of final inspection and signed acceptance.
b) No payment of any amount shall be made payable to a sales representative without
written approval from the company.
C) It is agreed that the apparatus and equipment covered by this contract shall remain
the property of the Company and not be placed in service until the entire contract price has
been paid.
6. The unit shall be inspected and / or delivered within seven (7) days of notice that the unit
had been completed.
7. CANCELLATION: This contract is subject to cancellation by Buyer only upon payment to
Company of reasonable cancellation charges, which shall take into account expenses already
incurred and commitments made by Company.
8. This contract, including its appendices, embodies the entire understanding between the
parties relating to the subject matter contained herein and merges all prior discussions and
agreements between them. No agent or representative of the Company has authority to make any
representations, statements, warranties, or agreements not herein expressed and all modifications of
amendments of this agreement, including any appendices, must be in writing signed by an
authorized representative of each of the parties hereto.
FSI Sales Contract, Page 2 of 3 Original (03-10-2006)
Sales Policy Manual Attachment F
9, This agreement shall be subject to and governed by the laws of the State of Illinois. Venue
for the resolution of any disputes for the enforcement of any rights arising out of or in connection
with this agreement shall be in the Circuit Court of Kane County, Illinois.
10. Notwithstanding any other provision of this agreement, it is expressly agreed and understood
that in connection with the performance of this agreement, the Company shall comply with all
applicable federal, state, city, and other requirements of law, including, but not limited to, any
applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal
status of employees. Without limiting the foregoing, the Company hereby certifies, represents and
warrants to the Buyer that all of the Company's employees and / or agents who will be providing
products and / or services with respect to this agreement shall be legal residents of the United
States. The Company shall also, at its expense, secure all permits and licenses, pay all charges and
fees, and give all notices necessary and incident to the due and lawful prosecution of the work, and/
or the products and / or services to be provided for in this agreement. The Buyer shall have the
right to audit and records in the possession or control of the Company to determine the Company's
compliance with the provisions of this section. In the event the buyer the company's relevant
records at no cost to the Buyer. The Company shall pay any and all costs associated with any such
audit.
11. Notwithstanding anything to the contrary herein, Buyer shall pay to the Company the total
sum of$365,810.00 within fourteen (14) days of delivery and acceptance.
No surety of any performance bond given by the Company to the Buyer in connection with this
Agreement shall be liable for any obligation of the Company arising under the Standard Warranty.
IN WITNESS WHEREOF, the Buyer and the Company have caused this contract to be executed by
their duly authorized representatives this 12th day of January 2011.
COMPANY BUYER
Fire Service,Inc. City of Elgin fl
9545 North Industrial Drive 150 Dexter Court
Saint John, Indiana 46373 Elgin, Illinois 60120
Phone- 219-365-7157
Fax-219-365-8572
B
NA NAN& Sean R. Stegaffi
TITLE: TITLE: City Manager
DATE: DATE: January 12, 2011
FSI Sales Contract, Page 3 of 3 Original (03-10-2006)
Sales Policy Manual Attachment F
' 9545 Industrial Drive North St.John, IN 46373
Phone (219)365-7157 Toll Free (800) 578-4281 Fax(219)365-8572
Wheeled
Attachment A
Proposal
November 19, 2010
Captain Randy Covert
City of Elgin Fire Department
150 Dexter Ct.
Elgin, IL 60120
Dear Randy,
Please accept this proposal for a 2011 model year, Ford F 450 44 Type I Ambulance,as specified
duplicating your 2008 units. Pricing includes all Ford GPC discounting,warranties,and delivery upon
completion. See attached build order dated 11/19/2010. This quotation will be honored through
January 31, 2011. Pricing includes pre construction and one inspection trip for 3 Elgin personnel.
Wheeled Coach and Fire Service Inc. have applied discounts and have held the cost of the unit to the
proposal dated October, 2010.
Currently we have 2 chassis in stock that meet your specifications; build time is less than 90 days.
2011 F450 Wheeled Coach Type 1 4X4 $189,905.00
Multi-Unit Discount ea. ($ 7,000.00)
Elgin FD 2 Unit Purchase Price $182,905.00 Ea.
Net Total (2 Units) $365,810.00
Terms: Zero Down, Balance paid within fourteen (14)days of delivery and acceptance. Cashiers,
Municipal Check, or wire transfer accepted.
I look forward to getting together soon, please call at your convenience to discuss further.
Regards,
Jta upaA
Jeff LeBeda
Fire Service,Inc.
630-546-5232
jeffPfireserviceinc.com
PDF created with pdfFactory trial version www.pdffactory.com
QUOTATION Fire Service, Inc
Elgin Fire Department 11/19/10 Fire Service
Jeff LeBeda
630-546-5232
leff(cDfireserviceinc.com
Exp. Date: 01/31/2011
Quote No: 11-19-10-0004
12/19/2010 Pa e 1
PART NO S DESCRIPTION QTY ID
_=Ford, F-450,189'WB,4x2,XLT,170" #1170E-618.080 06118 1 WC
CHASSIS: 1 WC
00-10-3328 S < Ford 2011 F-450,4x4 XLT, 6.7L, 170'; #1170F 11-2 1 WC
CAB TO MODULE MOUNTING: 1 WC
10-10-3001 Bellows, Walkthru, Cab Height, F1, 2008+, ILOS 1 WC
CHASSIS ADD-ONS: 1 WC
CHASSIS ADD-ONS: 1 WC
1A-10-1204 < Crossfire Air Maintenance System, CF-110-ATST, 110PS/ 1 WC
1A-10-SR01 X < Stainless Steel Lugnut Covers, Installed 1
(SO-LUG-281019)SR290585F
(32)each#SP16
Install Stainless Steel lugnut covers on all wheel lugnuts.
(Note:ALL Wheels are painted steel, both side)
1 F-30-7350 < >Air Suspension, Links Air Ryde, Dyna, F450/F550 1 WC
117-30-7900 < >Auto Dump w/override Sw, For Air Suspension 1 WC
117--30-9000 < >Switch,(1),Momentary,Air Dump 1 WC
Dump to activate only by MANUAL activation of switch rear S/S basewall,
with rear doors open and parking brake set.
Reset upon rear doors closed,park brake off and vehicle in gear.
2F-71-7103 Cab Flooring, Black Rubber,2009+, F350/450, OEM 1 WC
HEATING/AIR CONDITIONING: 1 WC
5U-12-5000 Hoses, Heater, Nomex to Rear, STD 1 WC
5U-70-0100 < Heat/AC, F1, Combo 1 WC
with thermostat in action area.
BATTERY SWITCHES: 1 WC
60-20-160E < >Battery Conrig,F11D1,Fig 5B,Electric Sw,(1)oem RF,(1)IATS RF 1 WC
(2)OEM battery under hood
(1)850 cca,Motorcraft in RF compt.
ONLY Module power is turned on/off.
Chassis power is NOT turned off.
Activated thru OEM ignition switch.
No fail-safe switch,std.
60-30-1600 Batteries,(1), 850 CCA, Motorcraft 1 WC
CONSOLES: 1 WC
7U-10-0603 Console, Center, Walk-Thru, Mica Finish, F1, 2008+ 1 WC
7U-10-7000 Console,A/A,Wood,Angled 1 WC
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa e 2
PART NO S DESCRIPTION QTY ID
BULKHEAD CABINET., 1 WC
TF-50-2000 Bulkhead, Cab Height Wa/kthru,153/170x67!12, Ford/Chev 1 WC
BULKHEAD SLIDING DOOR: 1 WC
TP-10-5A00 < Bulkhead Sliding Door,Deleted,Open Area 1 WC
WHEELCOVERS: 1 WC
X5-10-3901 < Covers,Wheel,Phoenix,F450,4X2/4x4,2005+,Instal led,#1153/1170 1 WC
X5-15-0000 1 WC
_= Type 1 Ford- 170"Module-#1170F-618.080 06118108== 1 WC
35-05-0055 Type 1 - 170"Module-Standard Model Series 1 WC
35-05-0060 Type 1 -170"Module General Body Construction Spec 1 WC
35-05-0065 Type 1 - 170"Module Vehicle Body Structure Spec 1 WC
35-05-2000 INTERIOR CABINETS-Duralite Construction,Wood 1 WC
MODULE BODIES: 1 WC
35-10-0069 < Aisle Space,44-45", Type 1,#1153F/#1170F/#1153D only 1 WC
35-10-0502 Headroom, 72 in. Type 1- 170"module,#1170F 1 WC
37-00-0300 < Compartments,Zo/atone Finish (1)per compt 1 WC
37-00-0400 < > Compartments, Diamond Plate Finish (1)Per Compt 7 WC
Compts:A2,61,B2,D, E, F, Battery Compt.
Machine stamped louvers located above the floor line for venting.
37-00-0500 < > Compartments, Std,Floor 3"Drop Down from Door Opening 4 WC
Compt.A2, 131 std, B2 partial (wall#1 to divider), D, F
37-00-0600 < > Compartments, Sweepout 3 WC
Compts: BATT,E,and B2(O2 area.)
37-00-0710 < Duraseam Doors,with Hidden Jambs 1 WC
37-A2-SR01 X < A2, Compt, Custom, Curbside 1
(SO-A2-281019) SR-290585F
Custom A2 compt. installed on curbside rearward of C/S entry door and
forward of wheelwell. As large as possible.
18.5"D x 12.375"W x 22.25"H
39-AO-0477 A, Compt, Split Doors,Hoseline, 170"Module, 72"HR, T1 Ford 1 WC
39-B1-0305 < B1, Compt, Widened, 170"Module, #1170F 1 WC
(SO-B1-281019)
As wide as possible ENGR to advise.
Note narrow B2(3"less than std).
39-B2-04SR XS < >62, Compt, Custom, 170"Module, Type 1 Ford 1 WC
(SO-132-281019)
Narrow B2 by 3"to allow for maximum B1 width.
39-DO-0155 < D, Compt,Mid Height, 170"Module, 72"H.R, #1170F 1 WC
*Comet.to be as wide as possible.
*3"drop down floor.
*Reinforce wall#2 for SCBA mounts.
39-EO-0105 < E, Compt, Std, 170"Module, #1170F 1 WC
39-FO-0305 F, Compt, Std,Full Height, 170"Module, 72"H.R, #1170F 1 WC
39-FO-0610 Without Dogleg for Stairchair in Compt"F" 1 WC
FUEL FILL HOUSING: 1 WC
3A-10-1000 > Housing, Fuel Fill, Cast, F1/C1/D1 1 WC
EXTERIOR DIVIDERS: 1 WC
3F-10-5500 < Divider, Vertical, Custom, (1), Mounted. 1 WC
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa e 3
•
PART
• •
Compt.B2 full depth divider.
*Install 11"from wall#3,sweep out to line up with dogleg in floor.
*Std.drop down between wall#1 and divider.
SHELF- COMPARTMENT"A"/RF CABINET: 1 WC
3F-20-1000 > Shelf,Adjustable,(1), RF Cabt Custom 1 WC
317--20-1500 < >Shelf,Additional,Adjustable, (1),RF Cab Custom 1 WC
Total of(2)adjustable shelves in RF cabinet equally spaced top to bottom.
SHELF- COMPARTMENT"D": 1 WC
3F-40-3000 < >Shelf, Custom,Adj, Cmpt"D",(1) 1 WC
(9-3/8")depth x full width shelf
*installed against wall#2.
SHELF- COMPARTMENT"F": 1 WC
3F-60-7500 < >Shelf, Fixed,Exterior Compt,Located: 3 WC
(1)*FIXED Style shelf shipped loose with unit.(Diamond Plate)
*Do not install shelf track in compt.
*Shelf must fit between wall #1 and wall #3 (trim to fit around dogleg in
compartment.)
(2) FIXED Style shelf (Diamond Plate)
*installed with hinge on wall #1 to allow to be lifted to service compressor
and suction pump located in drop down floor of F compt. Possibly 6-8"from
bottom of floor. EGR to adivse.
*Shelf must fit between wall #1 and wall #3 (trim to fit around dogleg in
compartment.)
Height from floor: EGR to determine,allow enough space for air compressor
and suction pump to be mounted. Hinge shelf on wall 1 to allow shelf to be
lifted to allow for maintenance on compressor.
Note dogleg for shelf size.
Possibly 6-8"above drop down floor,EGR to give final advice.
COMPARTMENT/SHELF,MISC: 1 WC
317--70-0900 < >Shelf Upgrade, .100 Diamond Plate, ILOS 3 WC
317--70-1700 < >Reinforcement,Door,SCBA Bracket 2 WC
*Reinforce Compt. D and E Wall#2 for SCBA mounting.
WINDOWS: 1 WC
3P-10-6100 Window,Upper,CS/Sldr,Rea►/Slide,Privacy,PAN 1 WC
3P-10-SR01 X < Window,Mod, C/S Over S/B, Privacy Tint, 12"x 36"Slider 1
(SO-WIN-281019)SR290585F
Window Slider--mounted at upper section of body centered on curbside (4"
down from headliner.)
EGR to determine offset center if necessary.
MODULE ENTRY DOOR HANDLES: 1 WC
3U-30-8000 Handles, Patient Entry,Trimark Black/Chrome"SafePass"STD 1 WC
EXTERIOR COMPT DOOR HANDLES: 1 WC
3U-40-0510 >Handle, Module Compt, Trimark, Black/Chrome, STD 7 WC
3U-40-0514 < >Latch,Paddle, Trimark, For Trailing Door 1 WC
comp"E"
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa e 4 QTY ID
PART NO S DESCRIPTION
3U-60-0100 >ELECTRIC DOOR LOCK PACKAGE OPTIONS: 1 WC
3U-60-1390 < >Door Locks,E/ectric, Trimark,(1)DOOR,Entry Door 2 WC
3U-60-1500 < >Switch,Momentary Rocker,Activate Elect Door Locks 1 WC
Installed in Action Area panel
3U-60-2500 < >Switch, Stealth, Cab/Mod Doors(not Dodge) 1 WC
*Installed in Compt. D wall #3 upper near door jamb. As near to top as
possible.
3U-60-2950 < >Relay Control Circuit,Elect Locks,w/(2)Key/ess Entry Fobs 1 WC
3U-60-5200 < Circuit, OEM Door Lock to activate Mod Doors(not Dodge) 1 WC
*Cab OEM door lock switches will LOCK and UNLOCK module doors.
DOOR HOLD OPENS: 1 WC
40-10-1611 < >Hold Opens,Rr Doors,Cast,Grabber(2), 5.5'; Std Model only 1 WC
***Install so that doors will open as wide as possible.'
Mount at bottom of doors.ILOS
40-10-7200 Hold Open, Gas Strut, Ext Compt, 301b, Std 7 WC
40-10-7205 Hold Open, Gas Strut, RF Compt,301b, Std 1 WC
DOOR PANELS: 1 WC
45-10-4505 < > Panels, Entry, Durasafe, Stainless Steel,w/Chevrons, STD 1 WC
FENDER FLARES: 1 WC
4A-10-3001 Flare, Fender, Bright Finish, Std Model only 1 WC
BUMPERS: 1 WC
4F-10-1101 < Bumper,Rear,w/Skids&Flip Up,F1,w/LED DOT lights,Std Model 1 WC
RUNNING BOARDS: 1 WC
4K-10-2106 Running Boards, Standard,F450,w/Gator Grip,#1153F/1170F 1 WC
SKIRTRAILS 1 WC
4U-10-1150 Skirtrails,Diamond Plate, 170in Box,F-450 1 WC
STONE GUARDS(FRONT): 1 WC
4U-11-6500 < Corner Post Guard, Full Height, (4) 1 WC
*Full-height diamond plate on all (4) module corners.
KICKPLATES(w/STD. REAR STONEGUARDS): 1 WC
50-10-2105 Kickplate,W/Recess, No Light Holes,Duraseam 1 WC
RECOVERY DEVICES 1 WC
50-12-2000 > Tow Eyes, Chrome,in Rear Kickplate 1 WC
55-10-3000 < Holder, License Plate, Cast, C30002, STD 1 WC
SILL PROTECTORS 1 WC
55-30-4001 Sill Protectors, Stainless,All Compts, Std Model only 1 WC
DIAMOND PLATE(INSTALLED): 1 WC
55-80-2000 < Diamond Plate, Wheelwell Areas 1 WC
Location Specific:
Above wheels: Up to lower edge of stripe.
Forward: Str/S-to Compt "E" hinge, C/S-2" forward of wheel well or compt
"A2",whichever is comes first.
Rearward: Str/S to Compt. "D" hinge, CIS to Compt"61"hinge.
MODULE STEPWELL: 1 WC
55-90-4000 < >Step, Electric,Kwikee Products 1 WC
PDF created with pdfFactory trial version www.pdffactory.com
12/1912010 Page 5
PART No S DESCRIPTION QTY
Constant hot, locate under C/S entry door.
Note:ON-OFF power switch shall be located on CS wall at head of SB,below
SB arm.. ON position shall enable the step to protrude when the CS door is
opened.
55-90-5500 < Step Well, Compartment, w/DIP door 1 WC
*Door step area compartment dimensions: 7.75"h x 10.5"d x 31.5"w
*Diamondplate door hinged on bottom with (2) sash locks to hold door
closed. Flat rubber gasket installed around perimeter of drop down door to
better seal this compartment.
*Weld base of cabinet to floor of stepwell to provide stability.
MUD FLAPS: 1 WC
5A-10-1001 Mud Flaps,Rear,W/Logo, Std Model only 1 WC
< PAINT/BELTS: 1 WC
5F-10-1100 < >Paint,Rims Interior/Spare 1 WC
*Interior and Exterior of all wheels (including spare)to be painted: Red BOTH
SIDES!
PPG 76549 crosses to Sikkens: FIRE 3015
*Send sprayout to Jeff LeBeda
5F-10-3200 < >Paint,Entire Unit, 20%Upch 1 WC
Red
PPG 76549 crosses to Sikkens: FIRE 3015
*Send sprayout to Jeff LeBeda
*Module roof down to and including drip rail to remain Ford OEM White.
*Cab roof to remain Ford OEM White.(see photos)
*Ship loose(2)small bottles of touch-up paint for each color.
PINSTRIPE:-PER ROLL 1 WC
5K-10-6500 < Pinstripe,Reflective White 4 inch 1 WC
*Around cab and sides of module at head light level.
*Do not install on rear of module.
5K-10-SR01 X < Chevrons, 8"Red 18"White on rear 1
5P-10-5002 DELETED: Roof Star, White Border, Std Model Only 1 WC
ELECTRICAL SYSTEM: 1 WC
COAX CABLES/ANTENNAS: 1 WC
65-10-3001 < > Coax Cable,RG58 1U, (1),Additional, Std Model only 1 WC
from module liner to circuit board.
With 6'pigtails
65-30-1000 < > Coax Cable, RG58 1U, (1)Each, Standard, Terminate: 1 WC
see option below
With 6'pigtails
65-30-1500 < > Coax Cable, RG58 1U, (1)Each,Additional,Terminate: 3 WC
Terminate: (2) in A/A wall TATS,(3)to Rear passenger seat for ECC IATS.
Do not mount to roof. No Masts. Customer will install .
With 6'pigtails
12VDC POWER SOURCES&OUTLETS: 1 WC
6A-22-200E < > Outlet, Cigar Lighter, STD,(2),A/A 1 WC
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa e 6
PART NO S DESCRIPTION QTY
6A-22-2500 < >Outlet, Cigar Lighter,TATS, (1) 1 WC
(1)behind passenger seat beside 110VAC outlet near console.
*Constant Hot
ELECTRICAL ACCESSORIES 1 WC
6E-10-4452 < > Camera,Backup, Safety Vision,(1) Color LCD Monitor 1 INC
Mount camera on rear of module,off center toward driver's side.
Mount monitor:from headliner above rearview mirror.
SHORELINE INLETS: 1 WC
6F-90-4101 < > Super Auto Eject,20 amp, ILOS,White, Std Model Only 1 WC
110 VAC OUTLETS: 1 WC
6K-40-1000 < Outlet, 110 VAC, Duplex,(2), STD 1 WC
6K-40-2000 < >Outlet, 110 VAC,Duplex,TATS 4 WC
(2)telemetry area wall#2 per drawings
(1) outlet in the RF cabt wall #2 approx. 22" from Compt. floor. (beside std.
outlet.)
(1)cabinet L2 wall#2 close to wall#3 near floor of cabinet.
6K-40-6200 < >Outlet, 110VAC, Interior, T-Box,w/S/S Cover, Mods 1 WC
(1)behind passenger seat near walk-through area.
BATTERY CHARGERS: 1 WC
6U-10-SR01 X < Battery Charger, Kussmaul,Auto 2000, 18amp W/rem Ind 1
(SO-KUSS-281019) SR290585F
(dual output charger.)
*Installation location: in RF compt battery tray.
*Indicator:Above Compt E beside shoreline inlet,
GAUGES/METERS: 1 WC
DO-10-1200 < Meter,Analog, Volts, F1 1 INC
Volt meter to be installed on cab console.
No ammeter.
SEQUENCING/LOAD MANAGEMENT: 1 WC
DA-11-3000 < >Sequencer,Kussmaul,Load Manager, W1 Switch 1 WC
SIREN SPEAKERS: 1 WC
DF-10-1241 < Siren Speakers,Cast SAD/P3806-11FSD-1, F1, 2011+, Std 1 WC
SIRENS: 1 WC
DK-10-1650 Siren,Federal,Signal EQ2B,ILOS 1 WC
AIR HORNS: 1 WC
DP-10-3100 < >Additional,Air Tank,For Buell Air Horns 1 INC
Note compressor for air horn to be mounted bottom of F compt under flip up
shelf.
DP-10-8900 < >Airhorn, Buell, 5440, Dual 10 inch 1 WC
*Trumpets installed through front bumper.
*Install compressor in Compt. F floor close to wall #1 and #2. Under flip up
diamond plate cover. Next to relocated suction pump.
DP-10-9210 Brackets,Airhorn Thru Bumper,F350/F450, 2008+ 1 WC
SWITCHING OPTIONS FOR AIR HORNS&SIRENS: 1 WC
DP-11-1000 Switch, Siren/Horn Thru Horn Ring 1 WC
DP-11-5500 < >Switch,Add, 12VDC Momentary Rocker. 2 WC
*FOR AIRHORNS
PDF created with pdfFactory trial version www.i)dffactory.com
12/19/2010 Page 7
PART NO S DESCRIPTION QTY ID
*Installed on front switch panel with (1) close to driver and (1) close to
passenger.
SWITCHES ADDITIONAL: 1 WC
DU-10-3000 < > Circuit,Auto Reset,For. 1 WC
*to reactivate front LB when in Park.
DU-10-6000 < >Switch,Momentary, Rocker, (1) 1 WC
*for auto-reset lightbar circuit(Label: override)
DU-12-1000 < Switch,Additional, 12VDC, Rocker 2 WC
(1)additional in front switch panel-for customer use.
(1)for Kwikee step--C/S wall @ head of SB
AUDIBLE ALARMS: 1 WC
FO-11-1500 Alarm,Back-up,No Cutoff Switch 1 WC
VEHICLE EXTERIOR LIGHTING 1 WC
FA-11-3500 LIGHT BARS.FEDERAL SIGNAL 1 WC
FA-11-7400 X < LB,Vector, VC4801, RCRCRCR 1
SR290585F
*Installed on wedges on front of module. Install so the pods of top of light
bar are even with the bottom of the Whelen Series 9 lights.
R,C,R,opti,R,C,R
*All lightbar functions will turn off when vehicle is placed in PARK. Override
switch to reactivate LB.
LIGHT BAR MOUNTING: 1 WC
FF-10-1000 < >Light Bar Wedges, (2), Standard 1 WC
*Installed on front of module to hold Vector lightbar.
*Install Wedges to allow for the top of Vector Lightbar pods to be even with
bottom of Whelen Series 9 lights on front of module
FF-10-6001 < > Cab Headliner Removal Fee, Type 113 1 WC
*For installation of backup camera monitor.
LIGHT BAR,ARROWST/K/TRAFFIC ADVISOR 1 WC
FF-13-1550 < Lightbar, Traffic Advisor, Whelen TAL85, LED 1 WC
*Traffic Advisor installed on rear just below drip rail and above 700 series
load lights.
*Control head mounted in cab--exact location TBD @ pre-construction
conference.
WHELEN STROBE 9E WARNING LIGHTS: 1 WC
FU-35-100E < >Light, 9S, Whelen, Red,ILOS 2 WC
(2)on rear upper outer corners ILOS.
WHELEN FLANGES FOR 9E SERIES LIGHTS: 1 WC
FU-38-0100 < Flange, Super 9L, #90FLANGC, (1)Each 10 WC
(2)for front Super 9L lights
(4)for side Super 9L lights
(4)for rear Super 9L lights
FU-38-0500 Flange, 97 Series,(1)Each 12 WC
> WHELEN SUPER LED 9L STEADY BURN LIGHTS T1,3,9: 1 WC
FU-40-0500 < >Light, 9L, Super LED, Whelen, Red,Red LenS,ILOS, 90RR5SRR 6 WC
PDF created with pdfFactory trial version www.i)dffactory.com
12/19/2010 Pa e 8
PART NO S DESCRIPTION QTY ID
(2)on front upper outer corners ILOS
(2)each side std.locations ILOS
*Pri/Sec
*thru Whelen Flasher
FU-40-0501 < >Light, 9L, Super LED, Whelen,Red,Red Lens,IATS, 90RR5SRR 2 WC
(2)on rear to show through rear windows(below amber lights)
*Pri/Sec;thru Whelen flasher.
*Brake Override(only when emerg. lights are on.)
*Flash X-pattern with amber lights.
FU-40-0512 < >Light,9L,Super LED, Whelen,Amber,Amber LenS,ILOS, 90AA5SAR 2 WC
(2)on rear to show upper window area
*Pri/Sec
*thru Whelen Flasher
*X-Pattern with Red 9L's
WHELEN 5E WARNING LIGHTS 1 WC
H4-01-OOSR X < Light, 5S, Whelen, Clear, Linear,#502000CR, (1),ILOS 1
H4-02-OOSR X < Light, 5S, Whelen, Green, Linear,#502000GR, (1), ILOS 1
WHELEN STROBE 7E WARNING LIGHTS 1 WC
H5-21-190E < >Light, 7S, Whelen, Red, Linear,TATS 2 WC
(2)as rear intersectors over wheelwells IATS.
H5-21-500E < >Light, 7S, Whelen, R/C, Linear, ILOS 2 WC
(2)as front intersectors ILOS.
WHELEN FLANGES 7 SERIES LIGHTS 1 WC
115-59-1000 < Flange, Whelen,For 7E lights(1), Mods 4 WC
*For rear intersectors and rear load lights
H5-59-10SR X < Housings,SL/5S,Cast,Grille,'08 F-Series,Pair 1
H5-59-20SR X < Housings,7L17S,Cast,1ntersector,'08 F-Series,Pair 1
CORNER CAP LIGHTS 1 WC
HF-11-6049 < Corner Cap Lts,Multi-LED,(2)Amber(2)Red w/Flashers,Std Model 1 WC
CLEARANCE LIGHTS: 1 WC
HF-12-9100 < Light, Clearance,Amber LED, ILOS 3 WC
On front as clearance lights.
HF-12-9601 < Light, Clearance, Red LED, Std Model only 3 WC
On rear as clearance lights.
SCENE AND LOAD LIGHTS 1 WC
HK-20-110E < Light, Halogen,Whelen, 9H, Clear, 8-32 Deg, STD, (1) 4 WC
HK-20-250E < Light, Whelen, 7H, Clr, 8-32 Scene, ILOS 2 WC
(2)on rear as load Lights ILOS
HK-20-7100 >Scene Lights, CIS,Activated W/C/S Door 1 WC
FLASH PATTERN WARNING LIGHTS: 1 WC
HU-11-2500 < Brake Override Circuit 1 WC
*for rear Red Super 9L warning lights (only when
warning lights are on.)
STROBE POWER SUPPLIES: 1 WC
HV-30-0500 < >Flasher, Whelen UPS-64LX 2 WC
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa e 9
PART NO S DESCRIPTION QTY ID
#1
POWER: grille/front intersectors
FLASH: simul.pairs
SWITCHED: primary only
#2
POWER: rear intersectors; rear uppers
FLASH: simul pairs
SWITCHED: pri/sec
JO-42-7100 > Circuit, Neutral Power, C11C31F11F31D1, 2001+ 1 WC
HARNESS LAYOUT: 1 WC
J5-12-2000 Halogen, " E" Spec,Vanner, (1)Lightbar 1 WC
STOP/TURN/TAIL LIGHTS: 1 WC
JA-10-1000 < Light, License Tag,(2), Grote 60101, STD 1 WC
JA-16-200E < >Lights, Reverse,Clr,Whelen 911, ILOS,Pair 1 WC
*9-Series lights(with flanges)stacked on rear above kickplate:
TOP: LED Brake/Tail
MIDDLE: LED Turn
BOTTOM: Halogen Reverse(8"from top of kickplate to bottom of flange.)
JA-20-020E < Trn Sigl,Amber Arrow, Whelen, 9L, ILOS, Pair 1 WC
*9-Series lights(with flanges)stacked on rear above kickplate:
TOP: LED Brake/Tail
MIDDLE: LED Turn
BOTTOM: Halogen Reverse(8"from top of kickplate to bottom of flange.)
JA-20-040E < Lights, Tail/Stop,Max Intensity, Whelen, 9L, ILOS,Pair 1 WC
*9-Series lights(with flanges)stacked on rear above kickplate:
TOP: LED Brakerl ail
MIDDLE: LED Turn
BOTTOM: Halogen Reverse(8"from top of kickplate to bottom of flange.)
MODULE OVERHEAD HEADLINER: 1 WC
JK-10-5510 > Headliner, Flat, Expanded PVC, 160"+ MAV/Type 1 1 WC
12VDC INTERIOR LIGHTING: 1 WC
JP-10-1000 < Lights,Weldon 8040-0520-80, (4)S1S,(3)C 1S,1ncand 1 WC
*Total of(5)domes on C/S and(5)domes on S/S.
*1157 bulbs.
JP-10-4000 < >Light, Weldon 8040,Additional 3 WC
*1157 bulbs.
(1)Additional in Streetside bank in position 8
(1)Additional in Curbside bank in position 9
(1) Additional in Curbside bank lined up with position 4 (will be off centered
toward the streetside from the other curbside lights.)
JP-10-7005 Light, Stepwell,Trucklite,2in, Std 1 WC
JP-10-8000 Light,Xantech, 105-500, 5 Inch,ln A/A 1 WC
JP-10-SR01 X < Cabinet Lights, Interior, LED 2
JP-11-0000 < >Light, Interior, Peterson, M126c 11 WC
*Interior Cabinet Lights
*Install all lights wall#2 upper center
*Switch in A/A; Label: CABINET LIGHTS
(1)each in cabinets: H,J, K,K2,L1, L2,M,N, I,P,O
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa a 10 PART NO S DESCRIPTION QTY ID
SWITCHING OPTIONS FOR 12VDC INTERIOR LIGHT! 1 WC
JP-11-7500 < >Switch, 12 VDC,(1),For Additional Lights 1 INC
(1) in A/Afor cabinet lights
12VDC INTERIOR LIGHTING-FLUORESCENT: 1 WC
JP-16-1109 < >Light, Fluor,Liteco#17612195,Surface Mount,12", (1) 1 WC
5.5"W x 1.25"H,8 watt,400 Lumens
(1) in A/Awith integral switch,IATS
LIGHTS&MISCELLANEOUS: 1 WC
JR-50-3000 >Light,(1),Havis Shield, QS-1 1 WC
JR-50-4900 < Light,Flexshaft, Little Lite LF12ERR, 12 inch 1 INC
(1) installed on passenger side of front switching console.
JR-50-7010 < Lights,(2), Side Marker, Red,4 inch, LED, ILOS 1 WC
*Installed in compt. 62&D doors 12"from bottom of door.
JR-50-7300 < >Light, Whelen, LED, #52, Red, Flashing,IATS 5 WC
Lights activated when doors are open and prilsec lights are on.
(1)each cab door lower panel outer corner.
(1)each rear door lower panel outer corner.
(1)C/S entry door lower panel outer corner.
Note:All lights are to be mounted to the INTERIOR panels of the doors.
JR-60-4200 < Timer 30 Minute, Constant Hot 1 INC
*C/S wall @ head of SB
*Note this switch to be located rearward of Momentary rocker for Kwikee
step power.
*locate under SB arm in same area of other switch.
*Wired to C/S domes on HIGH.
JR-60-5000 >Circuit, Check Out Lights 1 INC
JR-70-0005 < Light, in Circuit Board Area,for Electrical Troubleshooting 1 WC
CLOCKS: 1 WC
LO-10-1500 < > Clock,Analog, Self Cont, 12124 Hr, 8" 1 WC
LOCATION:foot of SB above 02 window.
LO-10-2550 < > Clock, Intellitec, Installed 1 INC
in action area
RADIOS STEREOS&SPEAKERS: 1 WC
RADIOS STEREOS&SPEAKERS: 1 WC
LA-10-2500 < >Speakers, Rear, (2), in Liner, w/Volume Control 1 WC
volume control in action area.
Install speakers in standard liner locations.
SUCTION PUMPS: 1 WC
LP-10-0500 < Suction Pump, Standard 1 WC
*Install in Compt. F floor close to wall#1 and#2. Under flip up diamond shelf.
INSULATION: 1 WC
LU-10-1000 Insulation, Fiberglass, Unfaced 1 WC
PDF created with pdfFactory trial version www.i)dffactory.com
12/19/2010 Pa a 11
PART NO S DESCRIPTION QTY
GRABRAIL(S)/GRABHANDLES: 1 WC
NO-10-1200 < >Grabrail, Overhead, 59IN Handicap,TATS 1 WC
NO-10-9000 Grabrail, Overhead, 117 In, Handicap Style 1 WC
NO-10-9500 Grabhandle,Entry Doors,(1) C/S-(2) Rear 1 WC
NO-11-1600 < >Handle, Grab, 12"Ribbed, (1), On Exterior 1 WC
installed just rearward of CS entry door.
02 CYLINDER RACKS: 1 WC
NA-10-2500 < >Rack, Cylinder,Ziamatic, "M'; QRM-2 1 WC
installed in compt 62 wall#2 close to wall#3
02 SYSTEMS COMPLETE: 1 WC
NF-50-7500 < >02 System, C/S Stor, (2) O21Vac Outlet in A/A, (1) 02 C/S 1 WC
Note: Locate A/A 02 and vac outlet as far rearward as possible and as high
to accomodate a 6"tall 02 regualtor.
ohio style
(2)oxygen outlets in action area
(1)vacuum outlet in action area
(1) oxygen outlet cs wall at head of squad bench *located above and to right
of SB saver arm bar.
NU-56-1950 < >02 Outlet,Additional, Ohio,Passive,Mods 1 WC
LOCATION: Centered below cabinet"N"
SUCTION CONTAINERS: 1 WC
PA-10-5000 >Suction, Container, Rico RS4X/1001 C, w/Adapter 1 WC
COT MOUNTS: 1 WC
PF-26-3100 X < > Cot Mount, Stryker 6360-30-10 1
PF-35-4200 > Cot Mount, Stryker, Mods, Rear Safety Hook Installed 1 WC
IV HOOKS: 1 WC
PP-20-8500 < >IV Hook, Cast, Fold Down Recessed,/LOS 2 WC
(1)on streetside IV-1 SS location
(1)on curbside IV-2CS location
KICK PLATES STAINLESS STEEL, ON CABINETS: 1 WC
PU-10-1000 Kickplate,Brushed S/S, Face Of Squad Bench 1 WC
PU-10-3000 Kickplate,Brushed SS,Head of Squad Bench 1 WC
MISC. INSTALLED HARDWARE/EQUIPMENT: 1 WC
R5-10-6500 < Squad Saver Bar,Fold Down, On C/S Wall, Mods 1 WC
*Mount as far to to C/S entry door as possible. Note 02 location to be above
and to right of arm. Ensure enough room to access and utilize bar and 02
outlet together.
Note: Position bar as far forward to maximize SB seating area.
R5-10-8000 < > Wrench, Oxygen, Tethered, Mods 1 WC
in compt 132 wall#3.
DRI-DECK/TURTLETILE: 1 WC
RA-10-2000 >Dri Deck, Black,All compt.Floors and Shelves 1 WC
STRAPS, INSTALLED: 1 WC
RK-13-3500 < Seat Belt,Across Compt Opening 2 WC
*SHIP LOOSE STRAPS AND HARDWARE.
Lengths as noted below:
(2) Compt.F wall#1 to wall#3
REFLECTORS: 1 WC
PDF created with pdfFactory trial version www.i)dffactory.com
12/19/2010 Pa a 12
PART NO S DESCRIPTION QTY ID
RP-10-1000 < >Reflector,3 In, Red, Screw-On, (1) 5 WC
Installed on the following doors lower outer corners:
(1)C/S entry(beside light.)
(2)rear doors(beside lights)
(1) B2
(1) F
MODULE INTERIOR 1 WC
RU-05-0000 Interior Cabinets-Duralite Construction,Wood 1 WC
MICA COLOR: 1 WC
RU-14-1900 Mica,Dove Gray Over Pewter Brush 1 WC
SUB FLOORING: 1 WC
RZ-99-0050 Flooring,Wood,Type 1, Std 1 WC
FLOORING: 1 WC
TO-11-8201 Flooring, Lonplate II,Gunpowder Grey#424TX, Std Model only 1 WC
SEAMLESS ATTENDANT SEATS: 1 WC
T5-11-2300 < Seat, EVS, w/Childseat, Gunmetal, w/Swivel Base,#1850,ILOS 1 WC
* Seat mount location must be determined at Mid construction, after S
cabinet instalation.
with EVS Swivel Pedestal base.
T5-11-7030 Armrest, LH(Outboard), EVS, Gunmetal 1 WC
SEAMLESS UPHOLSTERY: 1 WC
T5-25-0500 < Uph, Sinless, Gunmetal,No Bio,No Post& Wheel 1 WC
*Upholstery above C/S window shall not be installed with screws through the
upholstery(use blind fasteners.)
02 DOOR: 1 WC
TK-10-5000 < >Lexan Flap Whinge 1 WC
*Single flap (7" wide x 9" high) on forward side of CS rear cabinet-access
into B2 compt.centered to 02"M"cylinder.
*Hinged LEFT side.
GLOVE HOLDERS: 1 WC
TN-20-1001 < Cabinet, Glove Box Holder,(3),Above C/S door, Std Model only 1 WC
RIGHT FRONT CABINET: 1 WC
TU-20-1400 < Cab, RF, W/O Healthguard,AC/Combo 1 WC
*Confirm that 747 box fits in RF cabinet on floor and shelf with roll up door
installed.
*MINIMUM 26"DEPTH FOR 747 STORAGE
*Customer stores(3)747 boxes parallel to walls#1 and#3.
RF CABINET DOORS W/COMBO A/C 1 WC
TU-20-SR01 X < Door, RF, Robinson Roll Up 1
(SO-RFDR-281019) SR290585F
Robinson Roll Up door installed on RF cabinet as wide
and tall as possible below Hoseline HVAC unit.
HARDWARE,LA TCHES AND LOCKS: 1 WC
HARDWARE,LA TCHES AND LOCKS: 1 WC
VO-10-0500 < >Handle, C,Pull, Installed,(1)Ea,STD 6 WC
(1)Cabt."O"door
(1)02 viewing window,mounted vertical
(2)AIA cabinets
(2)for Cabinet"S"wall#2 vinyl clad panels(installed at top centered.)
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Page 13
DESCRIPTION PART NO S QTY ID
VO-10-0500 < >Handle, C, Pull,Installed,(1)Ea,STD 1 WC
VO-10-2000 < >Latch,Plunger Roller,Installed 1 WC
Cab"O"door
VO-10-2000 < >Latch,Plunger Roller, Installed 2 WC
VO-12-3000 < >Handle,Black Flush Pull Ring, Round, 3/4"Panel,TATS 1 WC
Cabinet"S" Lexan door
SQUAD BENCH: 1 WC
V5-20-50SR S < >Squad Bench, Custom 1 WC
(SO-SB-281019) SR290585F
Interior SB "Q"area to have 8.25"deep storage.
. (3) 'D' cylinder storage accessed from head end of SB. Box in for cylinder
storage as small as possible to allow maximum space for interior storage
"Q". Install nylon strips for bottles to slide between
LID 170 INCH BOX. 1 WC
V5-64-1501 Lid, Squad Bench, Single W/Bio-Waste, 170", Std Model only 1 WC
HARDWARE: 1 WC
V5-80-1000 Handle,Paddle, Squad Bench, STD 1 WC
V5-82-2500 Strut, Gas, 60 LB,Installed,ILOS,Mods 1 WC
CURBSIDE SPLINT CABINET 160-170 inch Module 1 WC
VA-40-2950 Curbside Splint Cabt, None 1 WC
CURBSIDE REAR CABINET. 1 WC
VF-20-4200 Cabinet, Curbside Rear, Standard, 170 In 1 WC
CABINET H,BASEWALL 170", T1/T3 1 WC
VH-H2-SR00 XS < >H, Cabinet, Custom 1 WC
(SO-H-281019)SR290585F
Dimensions: 11.5"h x 23"w x 19.5"d
CABINET I, BASEWALL 170", T1/T3 1 WC
VH-13-SR00 XS < >1, Cabinet, Custom 1 WC
(SO-1-281019)SR290585F
Dimensions: 11.5"h x 23"w x 19.5"d
CABINET M,BASEWALL 160"& 170", T11T9 1 WC
VH-M2-SROO XS < >M, Cabinet, Custom 1 WC
(SO-M-281019) SR290585F
Dimensions: 11.5"h x 23"w x 19.5"d
CABINET N, BASEWALL 1491153", T1 & T3 1 WC
VH-N0-SR00 XS < >N, Cabinet, Custom 1 WC
(SO-N-281019) SR290585F
CPR side seat,deleted
Dimensions: 11.5"h x 23"w x 19.5"d
CABINET O, BASEWALL 160-170", T1/T3 1 WC
VH-01-SR00 XS < >O, Cabinet, Custom 1 WC
(SO-0-281019)SR290585F
Dimensions: 15"h x 21.75"w x 19.5"d
*Wood door hinged at bottom.
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa a 14
PART NO S DESCRIPTION QTY ID
*Add (2)cables to hold door at approx.30 degrees.
CABINET P, BASEWALL 1491153", T1 & T3 1 INC
VH-PO-SR00 XS < >P, Cabinet, Custom 1 WC
(SO-P-281019)SR290585F
CPR side seat,deleted
Dimensions: 15"h x 24.5"w x 19.5"d
*Cabinet "P" door to be aluminum framed lexan slider hinged at bottom (like
restock)with (2) elbow catches in upper corners and (2) cables to hold door
at approx.30 degrees.
*Design to open enough without hitting cot.
*No shelf inside cabinet.
CABINET CPR, BASEWALL, 149'=170'; T1 & T3 1 INC
VH-QO-0400 CPR, side seat, deleted 1 WC
CABINET J, STREETSIDE UPPER 170", T11T3 1 INC
VI-J2-SR00 XS < >J, Cabinet, Custom 1 WC
(SO-J-281019)SR290585F
Dimensions: 16"h x 23"w x 19.5"d
CABINET K, STREETSIDE UPPER 160-170", T11T3 1 INC
VI-K1-SR00 XS < >K, Cabinet, Custom 1 WC
(SO-K-281019)SR290585F
Dimensions: 16"h x 23"w x 19.5"d
VI-K2-SR00 XS < >K2, Cabinet, Custom 1 INC
(SO-K2-281019)SR290585F
Dimensions: 16"h x 23"w x 19.5"d
CABINET L, STREETSIDE UPPER 160-170", T1173 1 WC
VI-L1-SR00 XS < >L, Cabinets, Custom 1 WC
(SO-L-281019)SR290585F
"L"cabinets combined into(2)equal cabinets.
Dimensions: 16"h x 23"w x 17.5"d
BASEWALL DOORS: 1 WC
VK-15-3000 Cab H, Clear Lexan Slider 1 INC
VK-15-8000 Cab 1, Clear Lexan Slider 1 WC
VK-16-0000 Cab M, Clear Lexan Slider 1 INC
VK-16-2000 Cab N, Clear Lexan Slider 1 WC
VK-16-5700 Cabinet"O", Wood Door At Hinged bottom 1 INC
VK-16-6000 Cab P, Clear Lexan Slider 1 INC
VK-17-6200 < >Restocking Feature, (1) cabinet, (2) Gas Strut, 20lbs,ILOS 9 INC
With 2 Perko elbow latches for closure.
installed on the following cabinets: H, I,J, K, K2,L1, L2, M,N
*Careful attention should be paid to installation of gas struts to insure they
are consistently installed in the same locations on the cabinets.
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa a 15
DESCRIPTION PART NO S QTY ID
VK-17-6500 < Shelf Track, Cabinet,Exterior Style(Per opening) 9 WC
*For all interior adjustable shelves (except cabinet "S"--will have old style
adjustable track.)
TELEMETRY AREA WORK SURFACE 1 WC
VP-10-5450 < Telemetry Tray,ABS, Gray 1 WC
Maximum area for telemetry tray ABS. Due to compartment changes EGR
has recommended to take remaining excess 6" of space, and build up area
rearward of tray and cover with mica to match flush to end of tray.
* Customer requires forms for ABS to have the tray dividers align with the
end of aligned cabinets above (M and K1, N and K2) for symmetrical
appearance.
ACTION AREA WORK SURFACE 1 WC
VP-10-5958 < A/A Tray,160-170",W/O Bio,ABS, Gray 1 WC
Note:
Have tray moved as far rearward to butt up to cabinet I, and the mica area to
be under AIA,cab AIA1 and AIA2.(14 inch build up and mica covered.)
Note: Mica area to have a drop down area of to create a lip area perimeter for
booklet storage. (Max 1"lip) EGR to advise.
ACTION AREA 1651170 INCH BOX. 1 WC
VP-15-72SR XS < >Cab,A/A,Without Biowaste, 170"Type 1, Custom 1 WC
((SO-AA-281019)SR290585F
*170"module.
Ref: (SO-AA-263386)
Cabinets (2) 8" high x 14" wide x 7" deep. (vertical divider in each cabinet
centered)w/lexan doors hinged at top with "C" handles installed.
* cabinet construction to be wood 4 side. Do not use mica wall 3 of AIA as
side of cabinet. Customer requires firm wall 3 of cabinet for door to rest
against.
*Cabinets to be installed in forward top area of AIA just below cabinet"12".
VU-14-4000 < >Shelf, Interior,Adj,in Cabinet: 10 WC
(1)each in cabinets: H,I,J,K, K2,L1, L2, M, N,S
*Full width shelves with exterior-style shelf track (except cabinet "S" will
have std.shelf track)
*Shelves must be able to fully adjust from top to bottom and not be hindered
by cabinet lights or gas-strut brackets for re-stocking. (Modify shelves if
needed.)
VU-15-1000 Cab 'V"Clear Lexan Slider 1 WC
VU-15-3000 Cab "K"Clear Lexan Slider 1 WC
VU-15-3000 Cab "K"Clear Lexan Slider 1 WC
VU-15-7000 > Cab "L1"Clear Lexan Slider 1 WC
VU-16-2000 Cab "12"Clear Lexan Slider 1 WC
VERTICAL DIVIDERS: 1 WC
VU-45-1000 < Divider, Vertical, Streetside Upper Cabinet 2 WC
*(1) in each small custom cabinet in AIA below"L2".
PDF created with pdfFactory trial version www.pdffactory.com
12/19/2010 Pa a 16
PART
• QTY ID
• SHIP LOOSE ITEMS: 1 WC
YY-05-0314 S Manual(CD-rom), Service/WhIng, 2011, Ford F-Series 1 WC
YY-05-0315 S < Manual, Parts, 2011, Ford E/F-Series 1 WC
Backorder if necessary!!
YY 10-6400 Ship Loose,W.C. Standard Items 1 WC
YY-12-1000 < Fire Extinguisher.(1) 5Lb.Abc, Ship Loose,TATS 1 WC
*Total of(2)5LB extinguishers shipped with each vehicle.
YY-13-3000 < >Spare Tire, OEM only,Ship Loose 1 WC
Both side of Rims painted to match unit.
WARRANTIES 1 WC
ZZ-10-0300 Warranty, Structural, 15 Years, Std., Mods 1 WC
ZZ-10-1800 Warranty, Lifetime, Mod Electrical 1 WC
ZZ-10-2000 > Warranty, Limited Lifetime, Mod Paint 1 WC
ZZ-10-2200 > Warranty,Extended, 3 Year/36K Miles, Types 1, 3, 9 1 WC
EMS SH/PLOOSE 1 WC
ZZ-25-1045 REGULATOR, OXYGEN, 50PS1, M1-540-PC 1 WC
ZZ-26-0000 X < Flow meters,Precision Medical,#7MFA1105 4
ZZ-26-0010 X < Cot, 6500 Power Pro Stryker with accessories 1
ZZ-ZZ-0200 >End Of Order 1 WC
PDF created with pdfFactory trial version www.pdffactory.com
11� ►
iN,1,z YOR & MEMBERS OF CITY COUNCIL. E LG I N
�__�-.--------_------------•--- - -- THE CITY IN THE SUBURBS
MEETING DATE: December 15, 2010
INITIATIVE K: Joint Purchase Contract with Fire Service, Inc. for Two Wheeled Coach
Fire Ambulances
COMMUNITY GOAL
■ Safe Community:To create a safe community for all
OBJECTIVE
■ Select a vendor who will provide reliable ambulances
PURPOSE
■ To provide reliable emergency transportation for those citizens needing
emergency medical care
RECOMMENDATION
■ Award the contract to Fire Service, Inc. for the purchase of two Wheeled Coach
ambulances under a joint purchase agreement with the Village of Oak Lawn for
the amount of$344,810, including trade in
BACKGROUND
On June 10, 2010, a Request for Proposal was sent to four of the country's leading ambulance
manufacturers by Oak Lawn Fire Department. Three bid proposals were received and opened
on July 1, 2010. Wheeled Coach, Inc. was the lowest responsive proposal for the ambulances
specified. Additionally, Wheeled Coach, Inc. had the shortest delivery time noted. Per the
agreement made between Fire Service, Inc., which is the vendor of Wheeled Coach
ambulances, and the city, the fire department has permission from the Village of Oak Lawn to
jointly purchase from their contract for ambulances.
The Oak Lawn specifications include the same floor plan, Ford Motor Company chassis and
wheel base that is required by the Elgin fire department; these are the three main components
required for ambulance specifications. The general requirements and costs will vary for each
fire department and community's needs.
The fire department ambulance specifications cover the general requirements as to the type of
construction and tests to which the ambulances must conform. Certain details relating to finish,
equipment and layout with which the manufacturer must comply, are in the interest of
obtaining the best results and the most acceptable ambulance for service with the fire
department.
The fire department has purchased the last four ambulances from Wheeled Coach, Inc. The
service and quality of workmanship has proven to be of the high standards expected from the
fire department and the city.
OPERATIONAL ANALYSIS
Several members of the fire department, which included members of the fleet maintenance
division, EMS division, and the Interim Fire Chief have worked together to identify the best
ambulance to fit the needs of the community and the Elgin Fire Department, and will be the
best value for the city.
The bid tabulation and recommendation for the ambulance manufacturer was reviewed by
three members of the fire department, which included members of the fleet maintenance
division and the Interim Fire Chief. Wheeled Coach, Inc. offered the specified vehicle that best
meets the needs of the fire department.
One of the specified ambulances is a replacement for a 2001 ambulance that was due for
replacement in 2008.The second ambulance is a replacement for a 2003 ambulance (purchased
in 2002) that was due for replacement in 2009. The purchase of these ambulances is in
accordance with the city's vehicle replacement policy. It is anticipated that it will take
approximately 30 to 60 days to order the chassis', approximately 45 to 90 days to construct the
ambulances and an additional 30 to 60 days required to prepare the ambulances for emergency
service.
The Fire Department is recommending the city council move to award a contract with Fire
Service, Inc. for the purchase of Wheeled Coach Ambulances as specified in the proposal dated
June 28, 2010. The city has purchased ambulances from Wheeled Coach, Inc. in the past and is
very satisfied with their performance and reliability.
INTERESTED PERSONS CONTACTED
None.
r
2
FINANCIAL ANALYSIS
The total cost of the agreement with Fire Service, Inc. for the purchase of two ambulances is
$344,810 including a trade in amount of $21,000 for the two ambulances being replaced. The
remaining budgeted amount of $115,190 will be used to purchase auxiliary items to prepare
the two ambulances for advanced life support service; including mobile department radios,
NIFERN radios, telemetry radios, mobile computers and components, antennas, fabrication of
specialized mounts and shelving, tool and equipment mounts for fire and EMS equipment and
miscellaneous set up items specific to ambulance service. Funding for the ambulance
replacements and additional equipment has been appropriated as part of the proposed 2011
Riverboat Lease Fund budget, account number 276-0000-791.92-46, "capital additions - mobile
equipment".
BUDGET IMPACT
FUND(S) ACCOUNT(S) PROJECT AMOUNT AMOUNT AVAILABLE
BUDGETED
N/A N/A N/A N/A N/A
LEGAL IMPACT
Section 5.02.020(8) of the General Provisions of the Procurement Ordinance permits
"purchases made pursuant to any joint purchasin program sponsored by the State or other
governmental agency."
ALTERNATIVE COURSES OF ACTION
1. Reject the contract pricing and direct staff to go out for bids. This would delay delivery
and most likely would result in increased costs.
2. Not purchase the replacements and retain the old equipment for one more year.
NEXT STEPS
1. Execute contract agreement
3
1 �
Prepared by: Christopher Harris, Firefighter
Reviewed by: Mike Baker, Interim Fire Chief
Reviewed by: Colleen Lavery, Chief Financial Officer
Reviewed by: William A. Cogley, Corporation Counsel/Chief Development Officer
Final Review by: Richard G. Kozal,Assistant City Manager/Chief Operating Officer
Approved by:
Se City Managgy
ATTACHMENTS
A: Proposal Tabulation Sheet
B: Wheeled Coach's Contract Agreement
a
9545 Industrial Drive North St.,John,IN 46373
,. I hcane(219}365-7157 Tail Free(800)578-4281 Fax(219)365-8572
Yv^
ll�ie�le
d
. . : . tllrech°
November 19,2010
Captain Randy Covert
City of Elgin Fire Department
150 Dexter Ct.
Elgin,IL 60120
Dear Randy,
Please accept this proposal for a 2011 model year, Ford F 450 4x4 Type I Ambulance,as specified
duplicating your 2008 units. Pricing includes all Ford GPC discounting,warranties, and delivery upon
completion. See attached build order dated 11/19/2010. This quotation will be honored thru January
31,2011. Pricing includes a pre construction trip at the manufacturer's facility and two inspection trips
for up to 4 Elgin personnel.
Wheeled Coach and Fire Service Inc. have applied discounts and have held the cost of the unit to the
proposal dated October, 2010.
Currently we have 2 chassis in stock that meet your specifications; build time is less than 90 days.
2011 F450 Wheeled Coach Type 14X4 $189,905.00
Multi-Unit Discount ea. ($ 7,000.00)
Elgin FD 2 Unit Purchase Price $182,905.00 Ea.
Net Total(2 Units) $365,810.00
Terms:Zero Down,Balance paid at time of delivery.Cashiers,Municipal Check,or wire transfer
accepted.
I look forward to getting together soon,please call at your convenience to discuss further.
Regards,
Jq lz4o(4
Jeff LeBeda
Fire Service,Inc.
630-546-5232
Jeffp fireserviceinc.com
PDF created with pdfFactory trial version www.pdffactorv.com
SALES CONTRACT
This agreement made by and between FIRE SERVICE, INC (Company) and
City of Elgin, Fire Department
(Legal Name of Buyer)
150 Dexter Ct. Elgin Illinois 60120
(Address) (City) (State/Province) (Zip/Postal Code)
1. ACCEPTANCE: The "Company" agrees to sell and the "Buyer" agrees to purchase the
apparatus and equipment described in the Wheeled Coach specifications and made part of this
contract, in accordance with the terms and conditions listed on contract pages 1, 2, and 3.
2. DELIVERY: The apparatus shall be ready for delivery within approximately_45-90
calendar days, after receipt of chassis and after the receipt and signed acceptance of this contract at
the Wheeled Coach Corporate Headquarters, Winter Park, FL. The Company cannot be held liable
for penalties and / or delays due to strikes, failures to obtain materials, fires, accidents, force
majeure, or any other causes beyond the Company's control.
In order to establish a stable design, procurement, and build schedule, a Buyer change order cutoff
will be enforced upon receiving the confirmed order and confirmed upon by the buyer. Changes in
major components, configuration, or other items that may change the major components or
configuration, (body compartments and cabinetry, chassis) will not be allowed after the contract
execution date.
If inability to obtain exclusive or brand name materials causes completion or delivery problems, the
Company shall advise the Buyer of said problem. The Company resolves to examine alternative
sources of said material. Material substitutions shall be mutually agreed upon by the Buyer and the
Company. No substitutions shall be made without the execution of a written change order by the
Buyer.
3. CHANGE ORDERS: Changes to the contract may be requested by the Buyer after the
execution of the contract according to Section 2 of this document. Changes shall be reviewed for
cost and schedule impact by the Company. Changes shall be sequentially numbered. Change Orders
shall be prepared by the Company and executed by the Buyer. The price of the apparatus shall be
adjusted to take into account any Change Orders. Any and all Change Orders may extend the
completion and delivery of the apparatus.
FSI Sales Contract, Page 1 of 3 Original (03-10-2006)
Sales Policy Manual Attachment F
PDF created with pdfFactory trial version www.pdffactory.com
4. SPECIFICATIONS: The Company agrees that all material and workmanship in and about
this apparatus shall comply with the hereto attached Wheeled Coach proposal dated
11/19/2010 and clarifications.
5. WARRANTY: Shall be as proposed in the attached Wheeled Coach specifications.
6. PRICE: The Buyer shall pay, as a purchase price for the (2) apparatus,the sum of
Three Hundred Sixty Five Thousand Eight Hundred Ten and 00/100 dollars.
($365,810.00)
(2 units@ $182,905.00 ea.)
All prices are less any applicable local, state, or federal taxes which may be applied to the apparatus
proposed. NOTE: Payment shall be made only to:
Fire Service, Inc.
9545 North Industrial Drive
Saint John, Indiana 46373
7. TERMS OF PAYMENT:
a) No money down, 100%payment at delivery. Payment by municipal or cashier's check.
The purchase price payment reflects US dollars and does not include any authorized change
orders which, if applicable, shall be paid at time of final inspection and signed acceptance.
b) No payment of any amount shall be made payable to a sales representative without
written approval from the company.
C) It is agreed that the apparatus and equipment covered by this contract shall remain
the property of the Company and not be placed in service until the entire contract price has
been paid.
d) A copy of the Buyer's tax-exempt certificate, if applicable, shall be submitted with
this signed contract.
8. FIRE SERVICE, INC requires, and the Customer agrees, that the unit shall be inspected
and/or delivered within seven (7) days of notice that the unit had been completed.
9. CANCELLATION: This contract is subject to cancellation by Buyer only upon payment to
Company of reasonable cancellation charges, which shall take into account expenses already
incurred and commitments made by Company.
FSI Sales Contract, Page 2 of 3 Original (03-10-2006)
Sales Policy Manual Attachment F
PDF created with pdfFactory trial version www.pdffactory.com
This contract, to be binding, must be signed by an officer of Fire Service, Inc or a person
authorized, in writing, by Fire Service, Inc. to do so.
10. TAG-ON / ADDITIONAL ORDERS: At its sole discretion, the COMPANY may allow
the terms of this contract to be extended to both the BUYER and similar agencies for the purchase
of a similar unit(s) under similar terms for a period of one (1) year from the date of the execution of
this contract. Should the COMPANY choose to exercise this option, it shall be permitted to adjust
the contract pricing to account for equitable price adjustments associated with the change in the cost
of the materials used to produce the unit. Such adjustments will be based upon the Producer Price
Index (PPI) for fire trucks, ambulances and / or heavy transportation equipment or by itemizing
price changes expected by the company from the component vendors. If there are any changes
between the unit(s) purchased via this contract and any subsequent orders, those changes must be
documented via properly signed and executed change orders, including any necessary price
adjustments. If the purchasing agency is not the BUYER, a separate contract will be required to
complete the additional purchases.
This contract, including its appendices, embodies the entire understanding between the parties
relating to the subject matter contained herein and merges all prior discussions and agreements
between them. No agent or representative of the Company has authority to make any
representations, statements, warranties, or agreements not herein expressed and all modifications of
amendments of this agreement, including any appendices, must be in writing signed by an
authorized representative of each of the parties hereto.
No surety of any performance bond given by the Company to the Buyer in connection with this
Agreement shall be liable for any obligation of the Company arising under the Standard Warranty.
IN WITNESS WHEREOF, the Buyer and the Company have caused this contract to be executed by
their duly authorized representatives this day of January, 2011.
COMPANY BUYER
Fire Service, Inc. City of Elgin Fire Department.
9545 North Industrial Drive 150 Dexter Ct.
Saint John,Indiana 46373 Elgin, IL 60120
219-365-8572 Fax
BY: Jd/nom tt BY:
NAME: Jeffrey LeBeda NAME:
TITLE: Sales Representative TITLE:
DATE DATE:
FSI Sales Contract, Page 3 of 3 Original (03-10-2006)
Sales Policy Manual Attachment F
PDF created with pdfFactory trial version www.pdffactory.corn
1645 industrial Drive North St.John, IN 46373
30, . ht ne(279}365-7157 Toll Free(840)578-4281 Fax(211)36548572
_-
o
,1thleeied
Coach`
December 1,2010
Captain Randy Covert
Elgin Fire Department
150 Dexter Ct
Elgin, IL
Randy,
We have a secure purchaser for the trade units you have provided to us. Fire Service will offer:
2001 Ford E40 Super Duty 7.31- Vin#1FDXE45F31HB49702-69,810 MILES White w/red stripe
$9.000.00 in trade value.
2003 Ford E40 Super Duty 7.31- Vin#1FDXE45F43HB04979-42,086 MILES Red w/White top
$12.000.00 in trade value.
$21,000.00 in trade value for both units. Trade units and titles must be made available upon delivery
of new purchase units. Any significant change in condition other than depicted upon offer presented
will require re-negotiation.
I hope this meets your expectations. Please call with any questions.
Regards,
Jea LtgeolA
Jeff LeBeda
Fire Service,Inc.
630-546-5232
ieff fireserviceinc.com
1
PDF created with pdfFactory trial version www.pdffactory.com
hk
ELGIN
THE CITY IN THE SUBURBS'-
DATE: January 27, 2011
TO: Mike Baker, Fire Assistant Chief
FROM: Jennifer Quinton, Deputy City Clerk
SUBJECT: Resolution No. 11-8, Adopted at the January 12, 2011, Council Meeting
Enclosed you will find the agreement listed below. Please distribute this agreement to the other
party and keep a copy for your records if you wish. If you have any questions please feel free to
contact our office 847-931-5660 and we will do our best to assist you. Thank you.
• Agreement with Fire Service, Inc. for Two Wheeled Coach Ambulances