ARFF Truck Specs - CPR - Wyoming Airport Operators Association

advertisement
Bid Documents for the Manufacturing and
Delivery of a New Class 4 1,500 Gallon
Aircraft Rescue and Fire Fighting Vehicle
Casper/Natrona County International Airport
Casper, Wyoming
May, 2008
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Sealed bids will be received in the Airport Administration Office, 8500 Airport Parkway, Casper,
Wyoming, 82604-1697, until 11:00 A.M., Local Time, Thursday, May 29, 2008. The work involved is
the design, manufacturing, and delivery of a New Class 4 1,500 Gallon Aircraft Rescue and Fire
Fighting Vehicle for Casper/Natrona County International Airport.
A pre-bid meeting will be held in the 2nd floor Terminal Building Conference Room, Casper/Natrona
County International Airport, Casper, Wyoming on Wednesday, May 21, 2008 at 10:00 a.m. Local
Time.
Bids received will be opened and tabulated at a public meeting in the Airport Conference Room at
11:00 A.M., Local Time, on Thursday, May 29, 2008. Bids will be acted upon by the Airport Board of
Trustees on Tuesday, June 17, 2008 at 1:00 P.M., or at such other time and place as may be fixed.
Each bid must be made on a form furnished by the Airport and must be accompanied by a bid bond,
a cashier’s check, or certified check of a Wyoming bank or a bank chartered under the laws of the
United States, or a certified share draft drawn on a credit union in Wyoming or chartered under the
laws of the United States, in an amount equal to ten percent (10%) of the amount of the bid, made
payable to Casper/Natrona County International Airport. The check or draft may be cashed by the
Airport as liquidated damages in the event the successful bidder fails to enter into a contract within
ten (10) days after notice of award and to post a bond satisfactory to the Airport ensuring the faithful
fulfillment of the contract.
The contract will be awarded to the lowest responsive, responsible bidder. However, the Airport
reserves the right to reject any or all bids, re-advertise for new bids, or waive informalities that may
be in the best interest of the Airport.
The work on this project shall begin upon receipt of the Notice to Proceed and be fully completed
within one hundred eighty (180) calendar days after receipt of said notice.
Copies of equipment specification documents are available for examination by the public at the
office of the Airport Manager. Specification documents for private use may be obtained from the
Airport, 8500 Airport Parkway, Casper, Wyoming, 82604-1697, or by calling 307.472.6688 ext. 12.
Publish in the Casper Star Tribune May 8, May 15, and May 22, 2008.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Part 2
Contract Forms
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
BID FORM
BID OF
,
(Name of Bidder)
(City)
(State)
herein called “Bidder”, for the design, manufacturing, and delivery of a New Class 4 1,500 Gallon Aircraft Rescue
and Fire Fighting Vehicle for Casper/Natrona County International Airport, in Casper, Natrona County, Wyoming.
Bidder proposes to furnish all necessary machinery, equipment, tools, labor, and other means of manufacturing, and
to furnish all materials specified in the manner and time prescribed and to do all the work at the prices herein set
out. This Bid is filed with the understanding that payment will be made to Bidder in one payment after vehicle
delivery, less any retainage, with the balance of the payment made as a final payment upon project completion.
Bidder encloses herewith bid security in the amount _________________________________ Dollars ($_____) as a
Bid guarantee which it is understood will be retained in the event the formal contract and/or Bidder’s bond and any
other documents are not executed or provided if award is made to the undersigned Bidder. It is understood that the
Airport may retain the Bid for a period of ninety (90) days from and after the established date for receiving bids.
The Bidder hereby acknowledges that all addenda become a part of the contract documents when issued, and that
each such addendum has been received and utilized in the preparation of this Bid. The Bidder hereby
acknowledges receipt of the following addenda by inserting the number of each addendum in the blanks below:
ADDENDUM NUMBER _________
ADDENDUM NUMBER __________
ADDENDUM NUMBER _________
ADDENDUM NUMBER __________
and certifies that said addenda were utilized in the preparation of this Bid.
The Bidder hereby certifies:
1. That this Bid is not affected by, contingent on, or dependent on any other bid submitted for any improvement
with the Airport or Natrona County; and
2. That no individual employed by the Bidder has employed any person to solicit or procure the work on this project,
nor will any employee of the Bidder make any payment or agreement for payment of any compensation in
connection with the procurement of this project; and
3. That no part of the Bid price received by the Bidder was or will be paid to any person, corporation, firm,
association, or other organization for soliciting the Bid, other than the payment of their normal compensation to
persons regularly employed by the Bidder whose services in connection with the construction of the project were
in the regular course of their duties for the Bidder; and
4. That this Bid is genuine and not collusive or sham; that the Bidder has not colluded, conspired, connived or
agreed, directly or indirectly, with any bidder or person, to submit a sham bid or to refrain from bidding, and has
not in any manner, directly or indirectly, sought, by agreement or conclusion, or communication or conference,
with any person, to fix the Bid price of the Bidder or of any other bidder, and that all statements in this Bid are
true; and
5. That the individual(s) executing this Bid have the authority to execute this Bid on behalf of the Bidder.
Bidder agrees:
1. That the terms and provisions of the Notice of Taking Bids, the Instructions to Bidders and the Bid Bond are a
part of this “Bid Form” as if fully set forth herein.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
2. That, if the Bid is accepted, to execute the contract and provide a bond and insurance and other documents as
required by the Bid documents.
3. To commence the work on this project on or before a date to be specified in a written notice to proceed by the
Airport, and to fully complete the project within one hundred eighty (180) calendar days after receipt of Notice to
Proceed; and to pay liquidated damages for noncompliance with said completion provisions at the rate of Two
Hundred Dollars ($200) for each day thereafter that the work remains incomplete.
The Bidder shall indicate whether the bid is submitted by a/an:
Individual, Sole Proprietorship
Bidder
Partnership
Signature
By:
Corporation
Name (Print/Type)
Title
Joint-venture: all parties must join
in and execute all documents
Street Address
Other
City, State, Zip Code
Telephone Number
NOTE: The signature on this Bid must be an original signature in ink; copies or facsimile of any signature will not be
accepted.
Subscribed and sworn to before me this
day of _____,
______.
Notary Public in and for
State of
County of
My Commission expires:
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
BID ITEMS, QUANTITIES, AND PRICES FOR ONE NEW CLASS 4
1,500 GALLON AIRCRAFT RESCUE AND FIRE FIGHTING VEHICLE
This Contract is awarded and executed for completion of the work specified in the contract
documents for the bid prices tabulated below as proposed by the Bidder in its Bid submitted in
accordance with Notice to Bidders and Notice of Public Hearing.
Item No.
1.
Description
Quantity
Price
Design, manufacture, and deliver one new Class 4
1,500 Gallon Aircraft Rescue and Fire Fighting
Vehicle for Casper/Natrona County International
Airport.
1 LS
TOTAL BASE BID
Bid Document – ARFF Vehicle
$______________
$______________
AIP 3-56-0004-45
Buy American Certificate (Jan. 1991)
By submitting a bid under this solicitation, except for those items listed by the Bidder below or on a
separate and clearly identified attachment to this bid, the Bidder certifies that steel and each
manufactured product, is produced in the United States (as defined in the clause Buy American Steel and Manufactured Products or Buy American - Steel and Manufactured Products for
Construction Contracts) and that components of unknown origin are considered to have been
produced or manufactured outside the United States.
PRODUCT
COUNTRY OF ORIGIN
___________________________________
(Company Name)
___________________________________
(Address)
___________________________________
(Telephone No.)
___________________________________
(Authorized Signature)
___________________________________
(Title)
(Corporate Seal)
Attest ___________________________________ (Secretary)
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
FORM OF CONTRACT
THIS CONTRACT, made on _____________, 2008 by and between _________________________
(hereinafter called the “Contractor”) and Casper/Natrona County International Airport, Natrona
County, Wyoming, (hereinafter called the “Jurisdiction”).
WITNESSETH, that the Contractor and the Jurisdiction, for the consideration stated herein, agree as
follows:
ARTICLE I - SCOPE OF WORK – The Contractor shall perform everything required to be performed and
shall provide and furnish all of the labor, materials, necessary tools, expendable equipment and
complete in a workmanlike manner all the work required in connection with the design,
manufacturing, and delivery of a New Class 4 1,500 Gallon Aircraft Rescue and Fire Fighting Vehicle
for Casper/Natrona County International Airport in Casper, Wyoming, in strict compliance with the
Contractor’s bid and the other contract documents herein mentioned which are a part of this
Contract; and the Contractor shall do everything required by this Contract and the other documents
constituting a part thereof.
ARTICLE II - THE CONTRACT PRICE – This contract is awarded and executed for completion of the
work specified in the contract documents for the bid prices shown on the Contract Attachment. Bid
Items, Quantities, and Prices where were proposed by the Contractor in its bid submitted in
accordance with the Notice to Bidders and Notice of Public Hearing. The Contractor agrees to
perform said work for and in consideration of the Jurisdiction’s payment of the bid amount of
_______________________________, and __/000 dollars ($___________.__) which amount shall
constitute the required amount of the performance, maintenance, and payment bond. The
Contractor hereby agrees to commence work under this contract on or before a date to be specified
in a written notice to proceed by the Jurisdiction and to fully complete the project within one hundred
eighty (180) calendar days after receipt of Notice to Proceed, and to pay liquidated damages for
noncompliance with said completion provisions at the rate of two hundred and 00/00 dollars
($200.00) for each day thereafter that the work remains incomplete.
ARTICLE III - PAYMENTS – Payments will be made to the Contractor in accordance with and subject to
the provisions embodied in the documents made a part of this Contract.
ARTICLE IV - COMPONENT PARTS OF THIS CONTRACT – This Contract consists of the following
component parts, all of which are as fully a part of this Contract as if herein set out verbatim or, if not
attached, as if hereto attached:
1. This Instrument;
2. Special Provisions;
3. Addenda (Nos. ____ and ____);
4. Project Drawings and Specifications;
5. Instruction to Bidders;
6. Notice of Taking Bids;
7. Contractor’s Performance – Payment Bond; and
8. Contractor’s Bid.
In the event that any provision in any of the foregoing component parts of this Contract conflicts with
any provision in any other of the component parts, the provision in the component part first
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
enumerated shall govern over any other component part which follows it numerically, except as may
be otherwise specifically stated.
IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in five original
counterparts the day and year first above written.
This Contract, however, shall not be of any validity, force, or effect until it has been executed by the
designated parties below.
_________________________________
Contractor
By:
(SEAL)
_________________________________
_________________________________
Title
ATTEST: __________________________
TITLE: ____________________________
CASEPR/NATRONA COUNTY INT’L AIRPORT
By:
(SEAL)
_________________________________
Airport Board President
ATTEST: __________________________
I hereby certify that the above Contract was authorized by the Casper/Natrona County International
Airport Board of Trustees, Natrona County, Wyoming,
on _________________.
By:
___________________________
(SEAL)
ATTEST: __________________________
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and_______________________________________________as Surety, are held and firmly bound unto
Casper/Natrona County International Airport, Wyoming, hereinafter called the “JURISDICTION”, in the penal sum of
_____________________________________________ Dollars ($_________) lawful money of the United States, for
the payment of which sum will and truly be made, we find ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the
Principal has submitted the accompanying bid, dated __________________, for the design, manufacturing, and
delivery of one New Class 4 1,500 Gallon Aircraft Rescue and Fire Fighting Vehicle, for Casper/Natrona County
International Airport.
The Surety hereby stipulates and agrees that the obligations of said surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Jurisdiction may accept such bid or execute such Contract;
and said surety does hereby waive notice of any such extension.
In the event that any actions or proceedings are initiated with respect to this Bond, the parties agree that the venue
thereof shall be Natrona County, State of Wyoming. If legal action is required by the Jurisdiction against the Surety
or Principal to enforce the provisions of the bond or to collect the monetary obligation incurring to the benefit of the
Jurisdiction, the Surety or Principal agrees to pay the Jurisdiction all damages, costs, and attorney fees incurred by
enforcing any of the provisions of this Bond. All rights, powers, and remedies of the Jurisdiction hereunder shall be
cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction,
by law. The Jurisdiction may proceed against Surety for any amount guaranteed hereunder whether action is
brought against Principal or whether Principal is joined in any such action or actions or not.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall
furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it
being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated plus any court costs, attorney’s fees, and any
other expenses of recovery.
By virtue of statutory authority, the full amount of this Bid Bond shall be forfeited to the Jurisdiction in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in
the specifications or by law.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hand and seals, and such of them as
are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their
proper officers on ______________________.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
SURETY:
PRINCIPAL:
Surety Company
Bidder
By:
Signature Attorney-in-Fact/Officer
By:
Signature
Name of Attorney-in-Fact/Officer
Name (Print/Type)
Company Name
Company Name
Title
Company Address
Company Address
Address
City, State, Zip Code
City, State, Zip Code
City, State, Zip Code
Company Telephone Number
Telephone Number
NOTE: All signatures on this bid bond must be original signatures in ink; copies or facsimile of any signature will not
be accepted. This bond must be sealed with the Surety’s raised, embossing seal. The Certificate or Power of
Attorney accompanying this bond must be valid on its face and sealed with the Surety’s raised, embossing seal.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,
_____________________________________ as Principal (hereinafter called “Contractor” or
“Principal”), and ______________________________, as Surety are held and firmly bound unto
Casper/Natrona County International Airport, Wyoming, as Obligee, (hereinafter called “Jurisdiction”)
and to all persons who may be injured by any breath of any of the conditions of this Bond in the
penal sum of ___________________________________________________Dollars ($_________),
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind
ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents.
The conditions of the above obligations are such that whereas said Contractor entered into a
contract with the Jurisdiction, bearing the date of ___________, 2008, (hereinafter the “Contract”)
wherein said Contractor undertakes and agrees to construct the following described improvements:
Design, Manufacture, and Deliver a New Class 4 1,500 Gallon Aircraft Rescue and Fire Fighting
Vehicle, and to faithfully perform all the terms and requirements of said Contract within the time
therein specified, in a good and workmanlike manner, and in accordance with the Contract
Documents.
It is expressly understood and agreed by the Contractor and Surety in this bond that the following
provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit:
1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by
each and every covenant, condition, and part of said Contract and Contract Documents, by
reference made a part hereof, for the above referenced improvements, and shall indemnify and
save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason
of the Contractor’s default of failure to perform as required. The Contractor shall also be
responsible for the default or failure to perform as required under the Contract and Contract
Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or
providing labor in the performance of the Contract.
2. PAYMENT: The Contractor and the Surety on this Bond hereby agree to pay all just claims
submitted by persons, firms, subcontractors, and corporations furnishing materials for or
performing labor in the performance of the Contract on account of which this Bond is given,
including but not limited to claims for all amounts due for labor, materials, lubricants, oil,
gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any
subcontractor, wherein the same are not satisfied out of the portion of the contract price which
the Jurisdiction is required to retain until completion of the improvement, but the Contractor and
surety shall not be liable to said persons, firms, or corporations unless the claims of said
claimants against said portion of the contract price shall have been established as provided by
law.
3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense:
A.
To remedy any and all defects that may develop in or result from work to be performed under
the Contract within the period of:
Warranty - as described in specifications;
B. To keep all work in continuous good repair; and
C. To pay the Jurisdiction’s reasonable costs of monitoring and inspection to assure that any
defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
result of Contractor’s and Surety’s failure to remedy any defect as required by this section.
Contractor’s and Surety’s agreement herein made extends to defects in workmanship or
materials not discovered or known to the Jurisdiction at the time such work was accepted.
4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the
contrary notwithstanding, to the following provisions:
A. To consent without notice to any extension of time to the Contractor in which to perform the
Contract;
B. To consent without notice to any change in the Contract or Contract Documents, which
thereby increases the total contract price and the penal sum of this bond, provided that all
such changes do not, in the aggregate, involve an increase of more than twenty-five percent
of the total contract price, and that this bond shall then be released as to such excess
increase; and
C. To consent without notice that this Bond shall remain in full force and effect until the
Contract is completed, whether completed within the specified contract period, within an
extension thereof, or within a period of time after the contract period has elapsed and the
liquidated damage penalty is being charged against the Contractor.
The Contractor and every Surety on the bond shall be deemed and held bound, any contract
to the contrary notwithstanding, to the following provisions:
D. That no provision of this Bond or of any other contract shall be valid which limits to less than
five years after the acceptance of the work under the Contract the right to sue on this Bond.
E. That as used herein, the phrase “all outlay and expense” is not to be limited in any way, but
shall include the actual and reasonable costs and expenses incurred by the Jurisdiction
including interest, benefits, and overhead where applicable. Accordingly, “all outlay and
expense” would include but not be limited to all contract or employee expense, all equipment
usage or rental, materials, testing, outside experts, attorneys’ fees (including overhead
expenses of the Jurisdiction’s staff attorneys), and all costs and expenses of litigation as they
are incurred by the Jurisdiction. It is intended that Contractor and Surety will defend and
indemnify the Jurisdiction on all claims made against the Jurisdiction on account of
Contractor’s failure to perform as required in the Contract and Contract Documents, that all
agreements and promises set forth in the Contract and Contract Documents, in approved
change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully
indemnified so that it will be put into the position it would have been in had the Contract
been performed in the first stance as required.
In the event the Jurisdiction incurs any “outlay and expense” in defending itself with respect
to any claim as to which the Contractor or Surety should have provided the defense, or in the
enforcement of the promises given by the Contractor in the Contract, Contract Documents, or
approved change orders, or in the enforcement of the promises given by the Contractor and
Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction
whole for all such outlay and expense, provided that the Surety’s obligation under this bond
shall not exceed 125% of the penal sum of this bond.
In the event that any actions or proceedings are initiated with respect to this Bond, the
parties agree that the venue thereof shall be Natrona County District Court, State of
Wyoming. If legal action is required by the Jurisdiction to enforce the provisions of this Bond
or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
and the Surety agree, jointly and severally, to pay the Jurisdiction all outlay and expense
incurred therefore by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction
hereunder shall be cumulative and not alternative and shall be in addition to Surety for any
amount guaranteed hereunder whether action is brought against the Contractor or whether
Contractor is joined in any such action or actions or not.
NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform
all the promises of the Principal, as set forth and provided in the Contract, in the Contract
Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in
full force and effect.
When a work, term, or phrase is issued in this Bond, it shall be interpreted or construed first as
defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond,
Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable
provisions of the Wyoming Statutes; third, if not defined in the Wyoming Statutes, it shall be
interpreted or construed according to its generally accepted meaning in the construction industry;
and fourth, if it has no generally accepted meaning in the construction industry, it shall be
interpreted or construed according to its common or customary usage.
Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not
limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond.
SURETY:
PRINCIPAL:
Surety Company
Bidder
By:
Signature Attorney-in-Fact/Officer
By:
Signature
Name of Attorney-in-Fact/Officer
Name (Print/Type)
Company Name
Company Name
Company Address
Company Address
City, State, Zip Code
City, State, Zip Code
Company Telephone Number
Telephone Number
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Note: All signatures on this bond must be original signatures in ink; copies of facsimile of any
signature will not be accepted. This bond must be sealed with the Surety’s raised, embossing seal.
The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed
with the Surety’s raised, embossing seal.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
STATEMENT OF INTENT
NONDISCRIMINATION AND
EQUAL OPPORTUNITY STATEMENT
The Contractor does hereby certify to Casper/Natrona County International Airport, Wyoming, that no
person shall, in any way, be favored or discriminated against because of his race, political or
religious opinions and affiliations, national origins, sex, employee union or association membership
or office herein.
If selected as the successful bidder, this Contractor hereby agrees to file either a nondiscrimination
and equal opportunity statement and/or an Affirmative Action Program.
CASPER/NATRONA COUNTY INTERNATIONAL AIRPORT NEW CLASS 4 1,500 GALLON
AIRCRAFT RESCUE AND FIRE FIGHTING VEHICLE
PROJECT
COMPANY
EXECUTIVE OFFICER
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
PHONE NUMBER
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Part 3
Contract Provisions
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
THIS CONTRACT IS SUBJECT TO THE PROVISIONS OF EXECUTIVE ORDER 11246 – AFFIRMATIVE
ACTION TO INSURE EQUAL EMPLOYMENT OPPORTUNITY; TITLE VI OF THE CIVIL RIGHTS ACT OF
1964; DEPARTMENT OF TRANSPORATION REGULATIONS 49 CFR PART 21 – NONDISCRIMINATION IN
BENEFITS FOR AND SERVICES TO THE PUBLIC, 49 CFR PART 26 – DISADVANTAGED BUSINESS
ENTERPRISE PARTICIPATION, AND 49 CFR PART 30 – DENIAL OF PUBLIC WORKS CONTRACTS TO
SUPPLIERS OF GOODS AND SERVICES OF COUNTRIES THAT DENY PROCUREMENT MARKET ACCESS
TO U.S. CONTRACTORS (FOREIGN TRADE RESTRICTION); AND BUY AMERICAN – STEEL AND
MANUFACTURED PRODUCTS PROVISION OF THE AVIATION SAFETY AND CAPACITY EXPANSION ACT
OF 1990.
1.
CIVIL RIGHTS ACT OF 1964, TITLE VI – 49 CFR PART 21 CONTRACTUAL REQUIREMENTS
(VERSION 1, 1/5/90)
During the performance of this contract, the contractor, for itself, its assignees and successors in
interest (hereinafter referred to as the “contractor”) agrees as follows:
1.1
Compliance with Regulations. The contractor shall comply with the Regulations relative
to nondiscrimination in federally assisted programs of the Department of Transportation
(hereinafter, “DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this contract.
1.2
Nondiscrimination. The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, or national origin in the
selection and retention of subcontractors, including procurements of materials and
leases of equipment. The contractor shall not participate either directly or indirectly in
the discrimination prohibited by section 21.5 of the Regulations, including employment
practices when the contract covers a program set forth in appendix B of the Regulations.
1.3
Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all
solicitations either by competitive bidding or negotiation made by the contract for work to
be performed under a subcontract, including procurements of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the contractor of
the contractor’s obligations under this contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national origin.
1.4
Information and Reports. The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant thereto and shall permit access
to its books, records, accounts, other sources of information and its facilities as may be
determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to
ascertain compliance with such Regulations, orders, and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish this information, the contractor shall so certify to the sponsor of the
FAA, as appropriate, and shall set forth what efforts is has made to obtain the
information.
1.5
Sanctions for Noncompliance. In the event of the contractor’s noncompliance with the
nondiscrimination provisions of this contract, the sponsor shall impose such contract
sanctions as it or the FAA may determine to be appropriate, including, but not limited to:
a.
Withholding of payments to the contractor under the contract until the contractor
complies, and/or
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
b.
1.6
2.
Cancellation, termination, or suspension of the contract, in whole or in part.
Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1
through 5 in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Regulations or directives issued pursuant thereto. The
contractor shall take such action with respect to any subcontract or procurement as the
sponsor or the FAA may direct as a means of enforcing such provisions including
sanctions for noncompliance. Provided, however, that in the event a contractor becomes
involved in, or is threatened with, litigation with a subcontractor or supplier as a result of
such direction, the contractor may request the Sponsor to enter into such litigation to
protect the interests of the sponsor and, in addition, the contractor may request the
United States to enter into such litigation to protect the interests of the United States.
AIRPORT AND AIRWAY INPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS
PROVISIONS (VERSION 1, 1/5/90)
The contractor/tenant/concessionaire/lessee assures that it will comply with pertinent statues,
Executive orders and such rules as are promulgated to assure that no person shall, on the grounds
of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any
activity conducted with or benefiting from Federal assistance. This provision obligates the
tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is
extended to the airport a program, except where Federal assistance is to provide, or is in the form of
personal property or real property or interest therein or structures or improvements thereon. In
these cases the provision obligates the party or any transferee for the longer of the following periods:
(a) the period during which the property is used by the airport sponsor or any transferee for a
purpose for which Federal assistance is extended, or for another purpose involving the provision of
similar services or benefits or (b) the period during which the airport sponsor or any transferee
retains ownership or possession of the property. In the case of contractors, this provision binds the
contractors from the bid solicitation period through the completion of the contract.
3.
INSPECTION OF RECORDS – 49 CFR PART 18 (VERSION 1, 1/5/90)
The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the
Comptroller General of the United States shall have access to any books, documents, paper, and
records of the contractor which are directly pertinent to the specific contract for the purposes of
making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all
required records for three years after the Sponsor makes final payment and all other pending
matters are closed.
4.
RIGHTS TO INVENTIONS – 49 CFR PART 18 (VERSION 1, 1/5/90)
All rights to inventions and materials generated under this contract are subject to regulations by the
FAA and the sponsor of the Federal grant under which this contract is executed. Information
regarding these rights is available from the FAA and the Sponsor.
5.
BREACH OF CONTRACT TERMS SANCTIONS – 49 CFR PART 18 (VERSION 1, 1/5/90)
Any violation or breach of the terms of this contract on the part of the contractor or subcontractor
may result in the suspension or termination of this contract or such other action which may be
necessary to enforce the rights of the parties of this agreement.
6.
DBE REQUIRED STATEMENTS – 49 CFR PART 26 (VERSION 1, 1/5/90)
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Policy - It is the policy of the Department of Transportation that disadvantaged business enterprises
as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance
of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the
DBE requirements of 49 CFR Part 26 applies to this agreement.
DBE Obligation - The recipient or its contractor agrees to ensure that disadvantaged business
enterprises as defined in 49 CFR Part 26 (which includes firms owned and controlled by minorities or
women) have the maximum opportunity to participate in the performance of contracts financed in
whole or in part with Federal funds provided under this agreement. In this regard all recipients or
contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to
ensure that disadvantaged business enterprises have the maximum opportunity to compete for and
perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color,
national origin, or sex in the award and performance of DOT-assisted contracts.
7.
TRADE RESTRICTION CLAUSE – 49 CFR PART 30 (VERSION 1, 1/5/90)
The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies
that it:
7.1
is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms published by the Office of the United States
Trade Representative (USTR);
7.2
has not knowingly entered into any contract or subcontract for this project with a person that is
a citizen or national of a foreign country on said list, or is owned or controlled directly or
indirectly by one or more citizens or nationals of a foreign country on said list;
7.3
has not procured any product nor subcontracted for the supply of any product for use on the
project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance
with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to
certify to the above. If the contractor knowingly procures or subcontracts for the supply of any
product or service of a foreign country on said list for use on the project, the Federal Aviation
Administration may direct through the Sponsor cancellation of the contract at no cost to the
Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification without modification in each contract and in all lower tier
subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it
has knowledge that the certification is erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. The subcontractor agrees to provide written notice to the
contractor if at any time it learns that its certification was erroneous by reason of changed
circumstances.
This certification is a material representation of fact upon which reliance was placed when making
the award. If it is later determined that the contractor or subcontractor knowingly rendered an
erroneous certification, the Federal Aviation Administration may direct through the Sponsor
cancellation of the contract or subcontract for default at no cost to the Government.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render, in good faith, the certification required by this provision. The knowledge
and information of a contractor is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of the United State of
America and the making of a false, fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section 1001.
8.
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY
EXCLUSION – 49 CFR PART 29 (VERSION 1, 1/5/90)
The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal department or
agency. It further agrees by submitting this proposal that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts.
Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this
statement, it shall attach an explanation to this solicitation/proposal.
9.
TERMINATION OF CONTRACT – 49 CFR PART 18 (VERSION 1, 1/5/90)
The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for
the Sponsor’s convenience or because of failure to fulfill the contract obligations. Upon receipt of
such notice services shall be immediately discontinued (unless the notice directs otherwise) and all
materials as may have been accumulated in performing this contract, whether completed or in
progress, delivered to the Sponsor.
9.1
If the termination is for the convenience of the Sponsor, an equitable adjustment in the
contract price shall be made, but no amount shall be allowed for anticipated profit on
unperformed services.
9.2
If the termination is due to failure to fulfill the contractor’s obligations, the Sponsor may take
over the work and prosecute the same to completion by contract or otherwise. In such case,
the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor
thereby.
9.3
If, after notice of termination for failure to fulfill contract obligations, it is determined that the
contractor had not so failed, the termination shall be deemed to have been effected for the
convenience of the Sponsor. In such event, adjustment in the contract price shall be made as
provided in paragraph 2 of this clause.
9.4
The rights and remedies of the sponsor provided in this clause are in addition to any other
rights and remedies provided by law or under this contract.
10.
BUY AMERICAN REQUIREMENT – STEEL AND MANUFACTURED PRODUCTS (JAN 1991)
Under section 9129 of the Aviation Safety and Capacity Expansion Act of 1990, the Secretary of
Transportation shall not obligate any funds for any project unless “steel and manufactured products
(hereinafter materials) used in such projects are produced in the United States. Although this
appears to be a blanket requirement, the Act further provides the following 4 exceptions.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
10.1 The Secretary determines that application of the Buy American requirement would not be in
the public interest;
10.2 The Secretary finds that such materials are not produced in the United States in sufficient and
reasonably available quantities and of a satisfactory quality;
10.3 In the case of the procurement of facilities and equipment under the Airport improvement Act
of 1982, as amended that (a) the cost of components and sub-components which are
produced in the United States is more than 60% of all components of the facility or equipment,
and (b) final assembly of the facility or equipment has taken place in the United States; or
10.4 The inclusion of domestic materials will increase the cost of the overall project contract by
more than 25%.
Determinations under exceptions 10.1 and 10.2 normally would be made prior to formulating a
solicitation. Exception 10.3 is more of a definition of a domestic product. Exception 10.4 can only
be determined after bid opening. There is no restriction against a company offering foreign
produced items in its bid (although the bid should identify those items). A sponsor, however, may not
award to that company unless it is pursuant to one of the exceptions listed above.
1.
The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to
steel and manufactured products produced in the United States when funds are expended
pursuant to a grant issued under the Airport Improvement Program. The following terms apply:
a.
b.
c.
2.
The successful bidder will be required to deliver only domestic steel and manufactured
products, except those:
a.
b.
c.
3.
Steel and manufactured products. As used in this clause, steel and manufactured
products include (1) steel produced in the United States or (2) a manufactured products
produced in the United States, if the cost of its components mined, produced or
manufactured in the United States exceeds 60 percent of the cost of all its components
and final assembly has taken place in the United States. Components of foreign origin of
the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be
treated as domestic.
Components. As used in this clause, components mean those articles, materials, and
supplies incorporated directly into steel and manufactured products.
Cost of Components. This means the costs for production of the components, exclusive
of final assembly labor costs.
that the US Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, are not produced in the United States in sufficient and
reasonably available quantities of a satisfactory quality.
that the US Department of Transportation has determined, under the Aviation Safety and
Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the
public interest; or
that inclusion of domestic material will increase the cost of the overall project contract by
more than 25 percent.
List of Supplies/Materials that the US Government has determined are not produced in the
United States in sufficient and reasonably available quantities and of sufficient quality (Jan
1991):
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Acetylene, black
Agar, bulk
Anise
Antimony, as metal or oxide
Asbestos, amosite, chrysolite,
And crocidolite
Bananas
Bauxite
Beef, corned, canned
Beef extract
Bephenium Hydroxynapthoate
Bismuth
Books, trade, text, technical, or
Magazines, periodicals, printed
briefs and films, not printed in the
United States and for which domestics
Editions are not available
Brazil nuts, unroasted
Cadmium, ores and flue dust
Calcium cyanamide
Capers
Cashew nuts
Castor beans and castor oil
Chalk, English
Chestnuts
Chicle
Chrome ore or chomite
Cinchona bark
Cobalt, in cathodes, rondelles, or
other primary ore and metal forms
Coco beans
Coconut and coconut meat,
unsweetened, in shredded, desiccated
or similarly prepared form
Coffee, raw or green bean
Colchicine alkaloid, raw
Copra
Cork, wood or bark and waste
Cover glass, microscope slide
Cryolite, natural
Cammar gum
Diamonds, industrial, stones and
Abrasives
Emetine, bulk
Ergot, crude
Erthrityl tetanitrate
Fair linen, alter
Fibers of the following types: abaca
abace, agave, coir, flax, jute, jute
burlaps, palmyra and sisal
Goat and kidskins
Graphite, natural, crystalline, crucible
grade
Bid Document – ARFF Vehicle
Mica
Microprocessor chips (brought onto
a construction site as separate units
for incorporation into building systems
during construction of repair and
alteration of real property)
Nickel, primary, in ingots, pigs,
shots, cathodes, or similar forms;
nickel oxide and nickel salts
Nitroguanidine (also known as picrite)
Nux vomica, crude
Oiticica oil
Olive oil
Olives (green), pitted or unpitted or
Stuffed, in bulk
Opium, crude
Oranges, mandarin, canned
Petroleum, crude oil, unfinished oils,
and finished products (see definitions
below)
Pine needle oil
Platinum and related group metals,
refined, as sponge, powder, ingots,
or cast bars
Pyrethrum flowers
Quartz crystals
Quebracho
Quinidine
Quinine
Rabbit fur felt
Radium salts, source and special
Nuclear materials
Rosettes
Rubber, crude and latex
Rutile
Santonin, crude
Secretin
Shellac
Silk, raw and unmanufactured
Spare and replacements parts for
equipment of foreign manufacture
an for which domestic parts are not
available
Spices and herbs, in bulk
Sugars, raw
Swords and scabbards
Talc, block, steatite
Tantalum
Tapioca flour and cassava
Tartar, crude; tartaric acid and cream
of tartar in bulk
Tea in bulk
Thread, metallic (gold)
AIP 3-56-0004-45
Handsewing needles
Hemp yarn
Hog bristles for brushes
Hyoscine, bulk
Ipecac, root
Iodine, crude
Kaurigum
Lac
Leather, sheepskin, hair type
Lavendar Oil
Manganese
Menthol
Thyme oil
Tin in bars, blocks and pigs
Triprolidine hydrochloride
Tungsten
Vanilla beans
Venom, cobra
Wax, canuba
Woods, logs, veneer, and lumber of the
following species: Alaskan yellow
cedar, angelique, balsa, ekki,
greenhart, lignum vitae, mahogany,
and teak
Yarn, 50 Denier rayon
Petroleum terms are used as follows:
“Crude oil” means crude petroleum, as it is produced at the wellhead, and liquids (under
atmospheric conditions) that have been recovered from mixtures of hydrocarbons that existed in a
vaporous phase in a reservoir and that are not natural gas products.
“Finished products” means any one or more of the following petroleum oils, or a mixture or
combination of these oils, to be used without further processing except blending by mechanical
means:
1.
“Asphalt” – a solid or semi-solid cementitious material that (1) gradually liquefies when heated,
(2) has bitumins as its predominating constituents, and (3) is obtained in refined crude oil.
2.
“Fuel oil” – a liquid or liquefiable petroleum product for lighting or for the generation of heat or
power and derived directly or indirectly from crude oil, such as kerosene, range oil, distillate
fuel oils, gas oil, diesel fuel, topped crude oil, or residues.
3.
“Gasoline” – a refined petroleum distillate that, by its consumption, is suitable for use as a
carburant in internal combustion engines.
4.
“Jet fuel” – a refined petroleum distillate used to fuel jet propulsion engines.
5.
“Liquefied gases” – hydrocarbon gases recovered from natural gas or produced from
petroleum refining and kept under pressure to maintain a liquid state at ambient
temperatures.
6.
“Lubricating oil” – a refined petroleum distillate or specially treated petroleum residue used to
lessen friction between surfaces.
7.
“Naphtha” – a refined petroleum distillate falling within a distillation range overlapping the
higher gasoline and the lower kerosenes.
8.
“Natural gas products” – liquids (under atmospheric conditions) including natural gasoline,
that:
a.
are recovered by a process of absorption, compression, refrigeration, cycling, or a
combination of these processes, from mixtures of hydrocarbons that existed in a
vaporous phase in a reservoir and
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
b.
when recovered and without processing in a refinery, definitions of products contained in
subdivision (2), (3), and (7) above.
9.
“Residual fuel oil” – a topped crude oil or viscous residuum that, as obtained in refining or
after blending with other fuel oil, meets or is the equivalent of MILSPEC Mil-FO-859 for Navy
Special Fuel Oil and any more viscous fuel oil, such as No. 5 or Bunker C.
10.
“Unfinished oils” means one or more of the petroleum oils listed under “Finished products”
above, or a mixture or combination of these oils, that are to be further processed other than by
blending by mechanical means.
BUY AMERICAN CERTIFICATE (JAN 1991)
By submitting a bid/proposal under this solicitation, except for those items listed by the Bidder below
or on a separate and clearly identified attachment to this bid/proposal, the Bidder certifies that steel
and each manufactured product, are produced in the United States, as defined in the clause Buy
American – Steel and Manufactured Products for Construction Contracts) and that components of
unknown origin are considered to have been produced or manufactured outside the United States.
Product
Country of Origin
11.
ENERGY EFFICIENCY STANDARDS & POLICIES CONTAINED IN THE STATE ENERGY
CONSERVATION PLAN ISSUED IN COMPLIANCE WITH THE ENERGY POLICY AND
CONSERVATION ACT (MARCH 1994)
12.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
12.1 No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress in connection with the making of any Federal
grant and the amendment or modification of any Federal grant.
12.2 If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with any Federal grant, the contractor shall complete and submit
Standard Form-LLL, “Disclosure of Lobby Activities,” in accordance with its instructions.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Part 4
Technical Specifications
New Class 4 1,500 Gallon
Aircraft Rescue and Fire
Fighting Vehicle
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
TECHNICAL SPECIFICATIONS FOR ONE NEW CLASS 4 1,500 GALLON
AIRCRAFT RESCUE AND FIRE FIGHTING VEHICLE
Introduction
This specification is intended to outline the technical specification requirements for an ARFF vehicle
in accordance with Federal Aviation Administration’s Advisory Circular 150/5220-10D (AC) for
competitive bids (hereinafter referred to as the “Advisory Circular” or “AC”). This specification is for
one new and unused Class 4 (1,500 gallon) Index B ARFF vehicle. Vehicles offered in the bid process
must meet the requirements as set forth in FAA Advisory Circular No. 150/5220-10D dated
09/24/07, Guide Specification for Aircraft Rescue and Fire Fighting Vehicles; National Fire
Protection Association Standard (NFPA) 414, 2007 Edition, Standard for Aircraft Rescue and Fire
Fighting Vehicle; and (NFPA) 1901, 2003 Edition, Standard for Automotive Fire Apparatus. The
Airport is the final authority on acceptance or denial of such requests for any deviation from the
printed specification.
SECTION 1
GENERAL CHARACTERISTICS
1.1
Definitions
Terms with meanings unique or specifically related to Aircraft Rescue and Fire Fighting (ARFF)
vehicle design, construction, and performance requirements are contained in Appendix 1 of the
Advisory Circular.
1.2
Expected Use
This specification covers an all-wheel drive, diesel powered, ARFF vehicle having a mechanical
foam/water system designed for extinguishing flammable and combustible liquid fuel fires. The
primary function of the vehicle described in this specification is to provide an optimum level of ARFF
suppression capability throughout the critical rescue and fire fighting access area. Vehicles
complying with this specification must also meet the ARFF vehicle requirements of FAR Part 139. It
is also intended that this vehicle be suitable for other fire protection assignments at the Airport.
1.3
Vehicle Class/Characteristics
The vehicle class per Table 1 of the AC is to be a Class 4 (1,500 gallon) ARFF vehicle. This vehicle is
to be designed for a degree of off-pavement mobility not normally found in highway vehicles. The
vehicle payload shall consist principally of the minimum usable (rated capacity) quantity of water
shown in Table 1 of the AC and a sufficient quantity of 3% AFFF foam concentrate to support four
times the water quantity. The fire fighting system used on the vehicle shall consist of a water tank
with a useable capacity of 1,500 gallons of water, a 210 gallon reservoir for AFFF, a single stage
centrifugal agent pump, a high volume primary turret mounted on the front bumper, a secondary
turret mounted on the top of the vehicle cab, undertruck nozzles, and two (2) pre-connected soft
jacket hand lines with variable pattern nozzles.
1.4
Start-Up, Inspection, and Training
1.4.1
During vehicle construction, one (1) mechanic and one (1) operator will make a site visit at
the manufacture facility during the final stages of assembly prior to contractor attaching
exterior panels. The vehicle manufacturer will include transportation and accommodations
for said trip, which shall be for two (2) eight hour working days.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
1.4.2
The vehicle manufacturer shall provide vehicle training, with said training to be completed at
Casper/Natrona County International Airport, Casper, Wyoming. Training shall be performed
by factory trained and authorized technicians. The training shall consist of three (3) 8 hour
days for operators and two (2) 8 hour days for the mechanics (mechanics shall attend the
operating training first). The purpose of this training is to review safe and effective
procedures for use and maintenance of the vehicle, review and test specified systems, and
assure the full function of the Vehicle. All above expenses for onsite training will be covered
by the bidder.
1.4.3
Before the acceptance of the Vehicle, the bidder/manufacturer, at their expense, shall
submit to the Airport documentation that the Vehicle has been tested by a fully independent
third party approved by the Airport. Test results shall be submitted showing that the Vehicle
meets all performance and design requirements of this bid document. Engineering
consultants or subcontractors contracted by the Bidder for any portion of the Vehicle’s
manufacturing shall not qualify as independent entities for the purpose of this specification
and procurement.
Additionally, due to the Airport’s density altitude, bidder shall test at Casper/Natrona County
International Airport the Vehicle’s engine, generator, and pump performance requirements.
Said testing shall occur when the Vehicle is delivered, and the Vehicle will not be accepted
until said on-site testing meets the bid document specifications. All costs associated with onsite testing shall be borne by the Bidder.
SECTION 2
ERGONOMICS
2.1
Crew Space
The ARFF Vehicle shall meet all of the requirements for Crew Space in the Advisory Circular, and in
addition the seats in the cab shall have 3-point restraint seat belts for all positions.
2.2
Ride Quality
The design objective for the vehicle ride quality shall be to permit safe operation over rough roads
and adverse terrain found at the Airport at speeds up to at least 35 mph without causing injury to the
operating personnel (wearing seat belts) or damage to the vehicle.
2.3
Controls
The ARFF Vehicle shall meet all of the requirements for Controls in the Advisory Circular.
2.4
Safety Features
The ARFF Vehicle shall meet all of the requirements for Safety Features in the Advisory Circular, and
in addition shall meet the following requirements.
2.4.1
All instrument panel controls relative to vehicle operation shall be installed in easily
accessible locations to the left of the driver. All controls relative to fire fighting system
operation shall be positioned to the right of the driver on the instrument panel or on the
center console, accessible for both the driver and the turret operator.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
2.4.2
Two (2) air horns shall be provided. The air horns shall be mounted in a protected area below
the level of the front bumper, and in such a position so that the trumpets will be in front of
the vehicle’s seated occupant.
2.4.3
A lateral g-force stability device shall be provide on the instrument panel.
2.4.4
An illuminated inclinometer shall be provided on the instrument panel.
2.4.5
A siren shall be provided with the control head to be accessible to the driver and the right
side crew person. Foot switches for this siren shall be provided for the driver and/or the
turret operator.
SECTION 3
DESIGN CHARACTERIS
3.1
Performance
The ARFF Vehicle shall meet all of the requirements for Performance in the Advisory Circular, and in
addition shall meet the following requirements.
3.1.1
The design objective for the vehicle and the fire extinguishing system shall be performance in
accordance with Sections 51-69, for a Class 4 vehicle.
3.1.2
Performance for the fire extinguishing system shall be in accordance with Sections 89-99 of
the AC.
3.2
Flexibility
The ARFF Vehicle shall meet all of the requirements for Flexibility in the Advisory Circular.
3.3
Maintainability
The ARFF Vehicle shall meet all of the requirements for Maintainability in the Advisory Circular, and
in addition shall meet the following requirements.
3.3.1
Ease of maintenance is a primary criterion which shall be achieved by incorporating single
point access for lubrication fills, air tank drains, and electrical connections including the
circuit breaker panel.
3.3.2
The ability to check all fluid levels in a central location from the ground is required.
3.3.3
Bidder shall supply test equipment (electronic engine/vehicle analyzer) able to read and
clear fault codes on all electronic control systems for the Vehicle. The test equipment must
be able to read current and all past systems. The equipment must come complete with all
manuals for use and source codes and be recommended by the manufacturer (engine and
chassis).
Note: A continuous duty lubrication system is not required.
3.4
Component Protection
The ARFF Vehicle shall meet all of the requirements for Component Protection in the Advisory
Circular, and in addition shall meet the following requirements.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
A mud flap shall be provided at each wheel well position to reduce damage from stones, brush, etc.
being thrown off by the tires.
3.5
Painting, Marking, and Lighting
The ARFF Vehicle shall meet all of the requirements for Painting, Marking, and Lighting in the
Advisory Circular, and in addition shall meet the following requirements.
3.5.1
All parts of the vehicle shall be cleaned, treated, and primed prior to assembly and final
painted with safety lime yellow polyurethane enamel. The chassis will be finished in yellowish
green per FAA A/C 150-5210-5C. The exterior color shall be yellowish green per FAA A/C
150/5210-5C.
3.5.2
To ensure that the paint will adhere to aluminum surfaces in the most optimum manner, all
aluminum components shall be pre-treated prior to paint using an aluminum conversion
coating process with a chromate etch.
3.5.3
The vehicle shall be striped and marked in accordance with FAA Advisory Circular 150/52105c, Painting, Marking and Lighting of Vehicles Used On An Airport, Section 4, Vehicle
Marking, paragraph b (1), (2), (3), (4), and (5). The number for this vehicle shall be “CR8-1”.
The lettering on the sides of the truck shall say “Casper/Natrona County International
Airport”.
3.5.4
There shall be a side reflective stripe on the vehicle in accordance with current ARFF vehicle
configurations.
3.5.5
All exterior nameplates and instruction plates shall be metal which will not be degraded by
weathering. The information shall be engraved, stamped on each plate, mounted in a
conspicuous place.
3.5.6
Information plates shall be in English and shall provide important instructions to be followed
in operating or servicing the vehicle or equipment. These information plates shall include
warnings or cautions and shall be so located and be of sufficient size to be readily seen
under normal operation and/or servicing conditions.
3.6
Insulation and Waterproofing
The ARFF Vehicle shall meet all of the requirements for Insulation and Waterproofing in the Advisory
Circular, and in addition shall meet the following requirements.
3.6.1
The vehicle shall be equipped with a combination heating/air conditioning system with a
minimum rating of 60,000 Btu. The system shall be integrated with the vehicle’s
heater/defroster unit, utilizing the same set of controls and vents. The system shall be
charged with 134A refrigerant.
3.6.2
The vehicle shall be equipped with a winterization system that meets the requirements of
Paragraph 50 of the Advisory Circular.
3.7
Materials
The ARFF Vehicle shall meet all of the requirements for Materials in the Advisory Circular.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
SECTION 4
FRAME
4.1
Balance and Clearances
The ARFF Vehicle shall meet all of the requirements for Balance and Clearances in the Advisory
Circular.
4.2
Dimensions
The ARFF Vehicle shall meet all of the requirements for Dimensions in the Advisory Circular, and in
addition shall meet the following requirements.
4.2.1
Lateral stability of the vehicle is of utmost importance. The fully loaded vehicle must meet a
minimum 30°side-slope stability requirement as tested on a tilt table meeting SAEJ2180
(1998).
4.2.2
Maximum Vehicle dimensions:
A.
B.
C.
4.3
Length:
Height:
Width:
42 feet;
13 feet; and
10 feet (not including mirrors).
Load Ratings
The ARFF Vehicle shall meet all of the requirements for Load Ratings in the Advisory Circular, and in
addition shall meet the following requirements.
Two (2) tow-eyes shall be provided at the front of the vehicle and two (2) at the rear of the frame.
Each tow-eye shall be provided with a shackle. These tow-eyes must be rated at no less than 1½
times the GVW of the ARFF vehicle.
SECTION 5
BODY COMPONENTS
5.1
Coach Work
The ARFF Vehicle shall meet all of the requirements for Coach Work in the Advisory Circular.
5.2
Compartments
The ARFF Vehicle shall meet all of the requirements for Compartments in the Advisory Circular, and
in addition shall meet the following requirements.
5.2.1
The floor of each compartment and storage tray intended for storage of equipment items
shall be lined with one-piece PVC ribbed matting.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
5.2.2
All compartments shall be equipped with roller shutter aluminum doors with a bar type
external latching mechanism, except those providing service access.
5.2.3
A height adjustable shelf with a rollout tray intended for the storage of a pre-connected hand
line shall be provided on the floor of the pre-connect storage compartment. An additional
height adjustable shelf with a rollout tray intended for the storage of auxiliary equipment
shall be installed at the mid-point of the pre-connect hand line compartment.
5.2.4
A height adjustable shelf with a rollout tray shall be installed at the mid-point of any lower
compartment which is available for the storage of auxiliary equipment.
5.2.5
All areas subject to being scuffed by boots or equipment shall be covered with stainless steel
scuff plates to protect the vehicle paint finish to include all compartment thresholds.
5.2.6
Provisions for storing two (2) spare SCBA bottles shall be provided on each side of the
vehicle in a recessed padded compartment equipped with a lockable door.
5.3
Handrails
The ARFF Vehicle shall meet all of the requirements for Handrails in the Advisory Circular.
5.4
Running Boards, Steps, and Walkways
The ARFF Vehicle shall meet all of the requirements for Running Boards, Steps, and Walkways in the
Advisory Circular, and in addition shall meet the following requirements.
No initial step and/or ladder to access the vehicle may be higher than 18 inches off the ground.
SECTION 6
CAB & ACCESSORIES
6.1
Controls
The ARFF Vehicle shall meet all of the requirements for Controls in the Advisory Circular, and in
addition the following controls shall be provided.
6.1.1
Controls for the required air conditioning.
6.1.2
Controls for the windshield deluge system.
6.1.3
Controls for the heated mirrors.
6.1.4
Complementary agent/system activation.
6.1.5
Bumper-Mounted Strobe/Intersection Light Switch.
6.1.6
Engine High Idle Control.
6.1.7
Front and Side Flood Light Switches.
6.1.8
Generator Remote Start/Stop Control.
6.1.9
Rear Flood Light Switch.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
6.1.10 Transmission Range Selector - Illuminated.
6.1.11 Winterization Systems Controls.
6.1.12 Turret light switch.
6.1.13 Auto/Manuel pump control.
6.1.14 Pump engaged light.
6.1.15 Ganged lighted rocker switches for all lighting.
NOTE: The complementary agent/system activation, differential lock control, and parking brake
control must provide a means of informing the driver, either audible or visual, whether said system is
engaged or safe to use.
6.2
Crew Space and Doors
The ARFF Vehicle shall meet all of the requirements for Crew Space and Doors in the Advisory
Circular, and in addition shall meet the following requirements.
6.2.1
The driver’s seat shall be adjustable fore and aft, and be equipped with an air height
adjustment. A minimum of two additional fixed seats will be provided in the cabin. All seats
shall be covered with a durable material. The seats shall be designed with an air pack
compartment, except the driver seat. The air pack provisions shall not cause a person
seated therein to obstruct the driver’s visibility. An additional step-in air pack mounting
position will be mounted in the Cab area or drivers side compartment.
6.2.2
The cab shall be equipped with a center console to house the turret controls, radio
equipment, and siren. The console shall be mounted between the driver’s seat and the right
hand crew position seat allowing access to controls from either side.
6.2.3
Remote controlled rear view mirrors of at least 60 square inches in area (each) shall be
provided and shall be controlled by switches on the console to the right of the driver.
6.2.4
Two (2) two-speed defroster fans shall be mounted on the instrument panel, one on each
side. A switch shall be mounted in the instrument panel within the driver’s reach to turn the
fans “on” and “off”. A guard shall be mounted around the rotating blade to prevent injury.
6.2.5
The cab shall be equipped with a tilt /telescoping steering wheel / column.
6.2.6
The cab dome lights shall be selectable between red and white illumination.
6.2.7
Electrically and/or manually operated cab door windows shall be provided, and controlled by
switches on the console to the right of the driver.
6.2.8
The cab floor shall be covered with a rubber floor mat.
6.2.9
A sun visor shall be provided for each seating position.
6.3
Equipment
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
The ARFF Vehicle shall meet all of the requirements for Equipment in the Advisory Circular, and in
addition shall meet the following requirements.
6.3.1
All dash-mounted switches shall be weatherproof, illuminated rocker type switches with the
legend for the function of the switch embossed into the illuminated area on the switch.
6.3.2
Two (2) automotive style map lights shall be installed on the cab ceiling, one above the driver
and the second above the turret operator.
6.3.3
A check engine light and audible alarm system shall be provided in the cab to indicate any of
the following conditions: low engine coolant level, low engine oil pressure, and high engine
coolant temperature.
6.3.4
A digital clock shall be provided.
6.3.5
A windshield deluge system shall be provided.
6.4
Instruments and Warning Lights
The ARFF Vehicle shall meet all of the requirements for Instruments and Warning Lights in the
Advisory Circular, and in addition shall include the following.
6.4.1
Nitrogen cylinder pressure indicator.
6.4.2
Foam pump pressure indicator.
6.4.3
Low transmission fluid level indicator.
6.4.4
Low engine oil warning indicator.
SECTION 7
DRIVELINE AND CONTROLS
7.1
Axles
The ARFF Vehicle shall meet all of the requirements for Axles in the Advisory Circular, and in addition
shall meet the following requirements.
7.1.1
Double acting hydraulic shock absorbers shall be provided on all axles.
7.1.2
A heavy-duty anti-roll bar shall be installed on each axle.
7.2
Brake System
The ARFF Vehicle shall meet all of the requirements for Brake System in the Advisory Circular, and in
addition shall meet the following requirements.
7.2.1
The front and rear axle brake assemblies shall be equipped with self-adjusting mechanisms.
7.2.2
An air dryer with a thermostatically controlled purge chamber shall be supplied.
7.2.3
Provisions to drain all air reservoirs from one common location accessible from the exterior
of the vehicle shall be provided, eliminating the need to have an individual go underneath
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
the vehicle to accomplish the required periodic draining of the air reservoirs. Each of the
drain points shall be labeled.
7.2.4
An automatic ejecting type air inlet shall be provided on the left side of the cab for use with
shop air.
7.2.5
A minimum 27 scfm engine driven compressor shall be provided.
7.2.6
An air hose reel with 150 feet of 3/8 inch I.D. air hose shall be provided.
7.2.7
A pneumatic air outlet output connection shall be provided on the left side of the cab, to
include a quick disconnect, Milton #777 or equivalent, female connector (installed) with a
weather cover and a related male connector shipped loose. A 50 foot long, ¼ inch I.D. air
hose shall be provided, equipped with a connector to mate with the above connection.
7.2.8
An all wheel anti-lock braking system shall be provided and shall be designed to provide safe
controllable stops from various speeds while traveling on low friction surfaces. A selfdiagnostic cab mounted panel shall be provided to advise the operator of the system’s
status. A code interpretation chart shall be included in the vehicle service manual.
7.3
Steering
The ARFF Vehicle shall meet all of the requirements for Steering in the Advisory Circular.
7.4
Suspension
The ARFF Vehicle shall meet all of the requirements for Suspension in the Advisory Circular, and in
addition shall meet the following requirements.
7.4.1
Off-road high mobility suspension shall be provided as described in Section 58 of the AC.
7.5
Transfer Case
The ARFF Vehicle shall meet all of the requirements for Transfer Case in the Advisory Circular, and in
addition shall meet the following requirements.
7.5.1
The transfer case shall incorporate a drive to the front and rear axles which are engaged at
all times during the intended Airport service, and which will not allow the vehicle to stall as
long as the tire(s) of any axle have traction. A transfer case which is integral with the
transmission is acceptable.
7.6
Transmission
The ARFF Vehicle shall meet all of the requirements for Transmission in the Advisory Circular, and in
addition the transmission shall be automatic.
7.7
Wheels and Tire Assembly
The ARFF Vehicle shall meet all of the requirements for Wheels and Tire Assembly in the Advisory
Circular, and in addition shall meet the following requirements.
7.7.1
Tires shall be a tubeless radial type.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
7.7.2
Two spare tires and wheel/rim assemblies shall be provided. The wheel/rim assemblies
shall be painted to match the other wheel/rim assemblies on the vehicle.
7.7.3
One axle jack and lug wrench will be supplied.
SECTION 8
ELECTRICAL SYSTEM
8.1
Cooling System
The ARFF Vehicle shall meet all of the requirements for Cooling System in the Advisory Circular.
8.2
Lighting and Marking System
The ARFF Vehicle shall meet all of the requirements for Lighting and Marking System in the Advisory
Circular, and in addition shall meet the following requirements.
8.2.1
Two (2) Whelen (or equivalent) lightbars, each with a minimum of six LED assemblies, shall
be mounted on the vehicle’s top-forward surface, one on each side to meet visibility
requirements.
8.2.2
One (1) Whelen (or equivalent) lightbar, with a minimum of seven LED assemblies, shall be
mounted on the top rear of the engine cover.
8.2.3
Two (2) Whelen (or equivalent) Model 1200 amber strobes shall be mounted on the top of
the vehicle’s centerbody, one on each side, providing 360° visibility from the ground.
8.2.4
Two (2) Whelen (or equivalent) red rectangular LED lights shall be installed on the front of the
vehicle.
8.2.5
Two (2) Whelen (or equivalent) red rectangular LED lights shall be mounted on the rear of the
vehicle on the engine enclosure.
8.2.6
Three (3) Whelen (or equivalent) red rectangular LED lights shall be mounted on each side of
the vehicle, as far forward, as far to the rear, and as close to the mid-point as design allows.
8.2.7
Two (2) halogen driving lights shall be mounted at the front of the vehicle in protected
locations.
8.2.8
Two (2) combination LED tail/stop lights shall be mounted as high as practical on the rear of
the engine enclosure.
8.2.9
Two (2) 12-volt halogen scene lights shall be recessed mounted on each side of the vehicle
to provide illumination of the work areas adjacent to the vehicle. A switch operational from
ground level shall be mounted on each side of the vehicle to control the operation of the
respective lights on that side. Switches for these lights shall also be provided on the
instrument panel.
8.2.10 Along with the illumination provided in the engine compartment, illumination shall be
provided in the compartments intended for storage of rescue equipment. This lighting shall
come on automatically when the compartment door is opened with the master switch in the
“on” position. An indicator light shall be mounted in the cab to make the vehicle’s operator
aware that a compartment door is open.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
8.2.11 Illumination shall be provided for all access steps and the top work deck area for re-servicing
of the water and foam tanks on the vehicle.
8.2.12 Two (2) halogen floodlights shall be mounted at the rear of the vehicle on the engine
enclosure to illuminate the area behind the vehicle and to supplement the standard backup
lights. A switch shall be mounted in the cab. These lights shall also be switched “on”
automatically whenever the vehicle is in the reverse mode of operation.
8.2.13 A three-position master warning light control shall be provided, with the “up” position
activating all emergency red lighting, and the “down” position activating the non emergency
amber strobes.
8.2.14 A lower emergency warning light disable switch shall be provided to disable the eight (8)
front, side, and rear mounted red LED lights when desired.
8.2.15 NFPA 1901 ground lighting shall be provided.
8.2.16 An illuminated license plate bracket shall be provided at the rear.
8.2.17 Accessories A.
One 6,000 Watt minimal diesel generator. The generator shall have an additional
remote start/stop switch inside the vehicle cab and shall draw its fuel from the main
vehicle fuel tank. A separate fuel tank for the generator is not permitted. Generator
shall be mounted to provide adequate circulation for proper cooling with the vehicle
stationary or in motion.
B.
Two 500 watt 110 volt quartz lights to be mounted on the front of the vehicle cab.
Lights to be powered by the generator in paragraph (A). Switches shall be 12 VDC,
cab located.
C.
Two side-mounted, 1,500 Watt 220 volt, quartz lights to be mounted on telescoping
poles, one of each side of the vehicle. Lights shall be powered by the generator in
paragraph (A). Switches shall be 12 VDC, cab located, as well as in each side of the
vehicle near the light.
D.
Two 200,000 candle power driving lights to be mounted on the front of the vehicle.
Lights shall be controlled from the vehicle cab.
E.
Two sealed beam, amber, fog lights to be mounted on the front bumper. Lights shall
be controlled from the vehicle cab.
F.
One, 110 volt, 20 amp, twist lock, outlet to be mounted on each side of the vehicle.
Outlets to be connected to the generator stipulated in paragraph (A) and provided
with appropriate circuit protection. Additionally, two 2-foot twist locks to conventional
pig tails shall be provided.
G.
Two white scene lights with angle mounting brackets, mounted on each side of the
cab, controlled by a switch mounted in the cab.
H.
Two cab-mounted and cab controlled halogen spotlights, 160,000 candle power.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
8.3
I.
Two auxiliary windshield defroster fans, one on either side of the vehicle cab.
J.
One amber strobe beacon mounted on top of the vehicle cab at the highest location
possible.
K.
Two rear-mounted 12 volt flood lights, with swivel and angle adjustable bracket, with
cab controlled switch.
L.
One Hanney, or approved equivalent, electric cord reel, electric- powered rewind type,
with 250 feet of 12/3 cord. Mount cord reel in a compartment and connect to
generator in paragraph (8). Cord shall have a 20 amp twist lock duplex outlet.
Power Supplies
The ARFF Vehicle shall meet all of the requirements for Power Supplies in the Advisory Circular, and
in addition shall meet the following requirements.
8.3.1
A 12-volt electrical and starting system shall be supplied.
8.3.2
The output of the alternator provided on this vehicle shall have a minimum output rating of
160 amps at idle. Two (2) 160 amp rated alternators are an acceptable means of meeting
this requirement.
8.3.3
Due to the continuous charging load required by the radios, lanterns, etc., an on-board
battery charger, Kussmaul Model Auto 12DV (or equivalent), with a 12 amp output shall be
installed on the vehicle.
8.3.4
Two (2) 20 amp 110 volt Super Auto-Eject, or approved equivalent, electrical connections
shall be installed at the rear of the vehicle, one for the battery conditioner and the auxiliary
air compressor and a second for the engine coolant pre-heater.
8.3.5
A minimum of six (6) SAE, Group 31-type batteries, rated at 950 CCA each at 0°F shall be
provided.
8.3.6
A remote voltmeter shall be installed adjacent to the battery compartment, energized by a
switch so that the condition of the batteries can be easily determined.
8.3.7
A maintenance switch shall be mounted near the battery to prevent the vehicle from being
started from the cab during vehicle maintenance. This switch must not interrupt the major
power supply to the vehicle’s starter.
8.4
Starter
A 12-volt starting device shall be provided.
8.5
Wiring
The ARFF Vehicle shall meet all of the requirements for Wiring in the Advisory Circular.
8.6
Radio Equipment
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
The ARFF Vehicle shall meet all of the requirements for Radio Equipment in the Advisory Circular,
and in addition shall meet the following requirements.
The following radio equipment shall be mounted in the cab, ready to operate.
8.6.1
The vehicle shall be equipped with one (1) Motorola “Spectra A9” mobile transceiver, Model
T83FWA7HA9K, 0ne (1) 800mhz transceiver that is programmed and compatible with the
system in Natrona County Wyoming, and a 720 channel Bendix King KY97A,KA94A, or an
approved equivalent. Radios shall be interfaced with a David Clark H7040 intercom system
with three (3) headsets, or an approved equivalent. Each head set shall be equipped for
radio transmit and intercom operation. Include one (1) 20 foot head set extension cord.
Include all necessary hardware and antenna. Radio antennas shall be mounted in separate
locations to avoice interference and feedback. Radios, intercom, and head sets are to be
mounted and ready for operation. Headsets will not be hard wired.
8.6.2
Install antenna and coax for 100-1,000 MHz radio, bidder provide hook-up. All radios must
be comparable to or greater than specified above. Complete radio frequencies (air/ground
and company) may be obtained from the Casper Natrona County International Airport. Radios
shall be place in radio stack and positioned for driver.
SECTION 9
ENGINE AND ACCESSORIES
9.1
Cooling System
The ARFF Vehicle shall meet all of the requirements for Cooling System in the Advisory Circular, and
in addition shall meet the following requirements.
Silicone coolant / heater hoses shall be provided.
9.2
Exhaust System
The ARFF Vehicle shall meet all of the requirements for Exhaust System in the Advisory Circular, and
in addition shall meet the following requirements.
The exhaust pipe shall be constructed to mate up with the exhaust removal system in use at the
CNCIA Public Safety Department. The Airport currently has an 8” Magna Stack Extraction Unit:
Infra-Red Radiant Inc.
Dave Thomas
(303) 761-1444
(800) 748-1678
Bidder shall supply any and all equipment necessary, including installation of said equipment, to
“connect” the Vehicle to the existing exhaust removal system.
9.3
Fuel System
The ARFF Vehicle shall meet all of the requirements for Fuel System in the Advisory Circular, and in
addition shall meet the following requirements.
9.3.1
To minimize the possibility of losing a fuel prime to the ARFF vehicle’s main engine, an
electric in-line auxiliary fuel pump for the sole purpose of priming shall be provided. This
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
priming pump shall operate automatically whenever the main engine is started and also have
provisions to operate to re-prime the ARFF vehicle’s primary engine’s fuel system after
replacement of the fuel filter(s).
9.3.2
A fuel water separator shall be provided.
9.3.3
A venting line on fuel tank filler neck must be provided to prevent backsplash while fueling.
9.4
Governor
The ARFF Vehicle shall meet all of the requirements for Governor in the Advisory Circular.
9.5
Lubrication
The ARFF Vehicle shall meet all of the requirements for Lubrication in the Advisory Circular.
9.6
Power Requirement
The ARFF Vehicle shall meet all of the requirements for Power Requirement in the Advisory Circular,
and in addition shall meet the following requirements.
9.6.1
The vehicle shall be equipped with a turbo charged and inter-cooled 4-cycle diesel engine,
equipped with an electronic fuel management system. The engine shall have sufficient
horsepower so as to meet an acceleration requirement of 0 - 50 mph in 25 seconds, and a
top speed requirement of 65 mph.
9.6.2
An engine “high idle” system shall be provided which will maintain engine idle at
approximately 1,200 RPM when activated. The control for this system shall be safety
interlocked to activate only after the transmission has been placed in the neutral position
and the parking brake has been set.
9.7
Winterization
The ARFF Vehicle shall meet all of the requirements for Winterization in the Advisory Circular, and in
addition shall meet the following requirements.
9.7.1
A winterization system is required which shall be of the hot liquid re-circulating type with the
heat being produced from a diesel fuel fired heater. It shall be capable of protecting the
piping system from freezing at -40° F for two hours. Along with protecting the piping system,
additional heating shall be provided in compartments that are less than 72 inches above the
ground that are intended for rescue equipment storage. The temperature in these equipment
storage compartments shall be maintained at a minimum of 40°F with the winterization
system in operation.
SECTION 10
AUTOMOTIVE PERFORMANCE
10.1
Acceleration
The ARFF Vehicle shall meet all of the requirements for Acceleration in the Advisory Circular, and
shall meet the following acceleration requirements: 0 - 50 mph in a maximum of 25 seconds.
10.2
Brake System
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
The ARFF Vehicle shall meet all of the requirements for Brake System.
10.3
Dynamic and Static Stability
The ARFF Vehicle shall meet all of the requirements for Dynamic and Static Stability in the Advisory
Circular.
10.4
Environmental Conditions
The ARFF Vehicle shall meet all of the requirements for Environmental Conditions in the Advisory
Circular.
10.5
Gradability
The ARFF Vehicle shall meet all of the requirements for Gradability in the Advisory Circular.
10.6
Operational Range
The ARFF Vehicle shall meet all of the requirements for Operational Range in the Advisory Circular.
10.7
Top Speed
The ARFF Vehicle shall meet all of the requirements for Top Speed in the Advisory Circular.
10.8
Off-Road High Mobility Suspension
The vehicle shall be equipped with an All-Wheel Independent Suspension to meet the desired ride
quality and handling characteristics for an Off-Road High Mobility Vehicle as defined in paragraph 58
of the AC. The independent suspension system shall be designed to provide maximum ride comfort
and enhanced roll stability. The design shall allow the vehicle to travel at highway speeds over
improved road surfaces, and at moderate speeds over rough terrain with minimal transfer of road
shock and vibration to the vehicle’s crew compartment. Each wheel shall have at least one (1) coil
spring and heavy-duty dual acting shock absorber. In addition, each wheel end shall have energy
absorbing bounce and rebound bumpers to prevent bottoming and topping of the suspension. The
suspension design shall be such that there are at least sixteen (16) inches of total wheel travel and
a minimum of seven (7) inches in either direction before the suspension bottoms on the energy
absorbing bumpers. Each axle shall be equipped with an anti-roll bar for increased cornering
stability.
10.9
Drivers Enhanced Vision System
The vehicle shall be equipped with a “Forward Looking Infrared System” sub-system of a Driver’s
Enhanced Vision System (DEVS) as described in paragraph 59.a of the AC. including a minimum 10inch monitor.
SECTION 11
DRY CHEMICAL
11.1
Clean Agent
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
11.1.1 The ARFF Vehicle shall meet all of the requirements for Agent Container(s) and Components
in the Advisory Circular, and in addition Halon replacement agent to be used with a container
capacity of 500 pounds.
11.1.2 Vehicle shall be delivered with 1,000 pounds of Clean Agent.
11.2
Agent Delivery Piping and Valves
11.2.1 The piping, couplings, and valves shall be sized to provide gas flow into the system, and
agent flow out of the chemical container needed to meet the requirements of Table 3,
Performance Parameter l.a and l.b.
11.2.2 All piping and fittings shall conform to the appropriate ASME code. The completed system
shall be designed and installed so as to withstand the recommended working pressure of the
system.
11.3
Propellant, Propellant Containers and Components
11.3.1 The propellant gas shall be either dry nitrogen or dry air. Sufficient container capacity shall
be provided to ensure enough gas to discharge the entire agent and to permit purging of all
pipes and hose lines after use.
11.3.2 All propellant gas cylinder and valves shall comply with U.S. Department of Transportation
(DOT) requirements. Cylinders shall bear the DOT marking, including evidence of a current
hydrostatic test, and shall be certified in accordance with paragraph 103.f.
11.3.3 Pressure gages shall be provided which will indicate the pressure on the propellant gas
system downstream of the pressure regulator and in the propellant cylinders at all items.
11.3.4 Cylinder valves, gages, and piping shall be arranged or protected to preclude accidental
mechanical damage during firefighting operations.
11.3.5 The pressure reduction system shall automatically reduce the normal storage cylinder
pressure to, and hold it at, the designed operating pressure of the dry chemical container.
The regulator may be of a type without pressure indicating gages.
A.
Pressure regulating devices shall be equipped with a spring-loaded relief valve that
will relieve any excess pressure that may develop in the regulator.
B.
All pressure regulating devices shall be sealed or pinned at the designed operating
pressures after final adjustment by the system manufacturer, and shall be certified in
accordance with paragraph 103.g.
11.3.6 The propellant gas cylinder shall be mounted in such a way as to provide rapid cylinder
change capability. The design shall enable two persons to change the cylinder without
physically lifting the cylinder and without requiring special tools or external devices.
SECTION 12
INTENTIONALLY LEFT BLANK
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
SECTION 13
FOAM CONCENTRATE SYSTEM
13.1
Foam Concentrate Proportioning
13.1.1 A balanced pressure foam proportioning system shall be provided that will allow for the
adjustment of foam from three (3) percent concentrate to six (6) percent concentrate, and
shall be sufficiently accurate for the discharge of finished foam within the range of 2.8
percent to 6.5 percent foam concentrate in the discharged foam/water solution.
13.1.2 Vehicle shall be delivered with 400 gallons of AFFF.
13.2
Foam Concentrate Reservoir and Piping
The ARFF Vehicle shall meet all of the requirements for Foam Concentrate Reservoir and Piping in
the Advisory Circular, and in addition shall meet the following requirements.
13.2.1 The foam reservoir shall be constructed of UV protected polypropylene material, and shall be
provided with a lifetime warranty.
13.2.2 A foam fill with a 1.50 NSFHT swivel female connection shall be provided on the left side of
the vehicle. This connection shall be furnished with chrome connections with rocker lugs
including a plug/chain assembly. This connection may also be used as a drain.
13.2.3 A foam level indicator shall be installed on each side, in addition to the foam level indicator
in the cab.
13.2.4 A pneumatically operated foam transfer pump shall be installed on the left side of the vehicle
to allow the foam tank to be filled through a separate 1.50 NSFHT connection on the left
side.
13.2.5 Access to the top of the tank shall be provided to allow an operator to pour 5 gallon buckets
into the tank.
SECTION 14
WATER SYSTEM
14.1
Piping, Couplings, Connections, and Valves
The ARFF Vehicle shall meet all of the requirements for Piping, Coupling, Connections, and Valves in
the Advisory Circular, and in addition shall meet the following requirements.
14.1.1 The system shall include a Class A, 1,000 gallon per minute structural pumping panel
located on the left side of the vehicle. Two 2½ inch NST side discharges, with caps, and
bleeder/drain valves shall be provided on each side of the vehicle, one 1½ inch NST preconnect on each side, and one 2½ inch NST (female) intake, with cap and strainer, shall be
provided on the left side of the vehicle. The pump panel shall include the following:
Two (2) gated 2.50 NSFHT male threaded connections equipped with a bleeder valve to
bleed off air or water in the hose connected to it shall be mounted on each side. A liquid
filled, 2.50 inch pressure gauge shall be mounted near each connection. A crossover cable
from the left side of the vehicle to the right side connection shall also be provided.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
14.1.2 A pump operator’s panel shall be installed on the left side of the vehicle consisting of the
following, at a minimum:
A.
Pump engine tachometer;
B.
4.50 inch diameter liquid filled pump discharge pressure gauge;
C.
4.50 inch diameter liquid filled pump suction pressure gauge;
D.
Test connections for the pump pressure and suction gauges;
E.
Pump engine oil pressure gauge;
F.
Pump engine coolant temperature gauge;
G.
A hand throttle to control the pump engine speed;
H.
A means of selecting water or foam induction for discharge;
I.
A separate means other than the tachometer stated earlier shall be provided that will
allow for the manual checking of engine speed;
J.
Panel illumination;
K.
An indicator light that warns the operator not to open throttle unless the vehicle is
safely engaged in the pump mode; and
L.
Air horn activation button.
14.1.3 National Standard connections shall be provided.
14.2
Water Pumps and Pump Drive
The ARFF Vehicle shall meet all of the requirements for Water Pumps and Pump Drive in the Advisory
Circular, and in addition shall meet the following requirements.
14.3
Water Reservoir and Piping
The ARFF Vehicle shall meet all of the requirements for Water Reservoir and Piping in the Advisory
Circular, and in addition shall meet the following requirements.
14.3.1 The water reservoir shall be constructed of UV protected Polypropylene material, and shall be
provided with a lifetime warranty.
14.3.2 A 2.50 inch NSFHT female swivel water tank fill connection equipped with a .25 inch strainer
and a cap with a chain shall be mounted on each side of the vehicle. The connection shall
be equipped with a bleeder valve to bleed off air or water in the hose connected to it. This
connection shall be furnished with chrome connections with rocker lugs including a
plug/chain assembly.
14.3.3 A 5 inch Storz water tank fill connection with bleeder valve shall be provided on each side.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
14.3.4 A water tank level indicator shall be installed near the water tank fill on each side, in addition
to the water level indicator in the cab.
14.3.5 The fill piping and connections shall be sized to permit filling in no more than 2 minutes
when the supply source provides sufficient volume at 80 psi (5.5 bar) at the reservoir fill
connection, to include a 2½ inch male fitting located at the left rear of vehicle with a back
flow preventer for the purpose of filling the water tank.
SECTION 15
HANDLINES, REELS, AND COMPARTMENTS
15.1
Handlines
The ARFF Vehicle shall meet all of the requirements for Handlines in the Advisory Circular, and in
addition shall meet the following requirements.
15.1.1 There shall be a minimum of three handlines for the discharge of foam/water. One handline
shall be a twinned hose with foam and dry chemical capabilities, and two handlines shall be
a single hose. These handlines shall not be on the same side of the vehicle.
15.1.2 Reeled handlines shall:
A.
Have a water/foam discharge rate of 60 gpm with the hose rolled or unrolled;
B.
Have a clean agent discharge rate as specified in the Advisory Circular;
C.
Have at least 100 feet (30 m) of hose on the hose reel; and
D.
Be equipped with a variable pattern, shutoff-type nozzle with pistol grip, or approved
equivalent, which will meet the discharge pattern performance in Table 3, for both
water and foam.
15.1.3 There shall be two hose compartments for two pre-connected water/foam soft-jacket
handlines. These handlines shall:
15.2
A.
Be able to meet the discharge performance standard in Table 3 with the hose fully
stretched;
B.
Have at least 200 feet (45m) of 1.75 rubber or poly-vinyl type fire attach hose with
1.5” NPSH “pyrolite” or other similar couplings;
C.
Be equipped with a National Foam JS-10 adjustable gallonage pistol grip, 100
gallons per minute capable nozzle, with 1½ inch NPSH threads;
D.
Meet the requirements of NFPA 1961, Standard for Fire Hose; and
E.
Be stored and pre-connected in a hose compartment.
Hose and Hose Reel Compartments
The ARFF Vehicle shall meet all of the requirements for Hose and Hose Reel Compartments in the
Advisory Circular, and in addition shall meet the following requirements.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
SECTION 16
TURRETS, MAN-RATED AERIALS, AND UNDERTRUCK NOZZLES
16.1
Primary Turret
The ARFF Vehicle shall meet all of the requirements for Crew Space in the Advisory Circular, and in
addition shall meet the following requirements.
16.1.1 Nozzles are not required to be fitted with dry chemical discharge.
16.1.2 The primary turret will be operated with power-assist.
16.1.3 One (1) spotlight should be installed on the turret.
16.2
Secondary Turret
The ARFF Vehicle shall meet all of the requirements for Secondary Turret in the Advisory Circular,
and in addition shall meet the following requirements.
16.2.1 Total traverse of at least 180 degrees increment adjustable oscillation angles.
16.2.2 Two (2) spotlights shall be installed on the turret.
16.2.3 Provisions must be provided that when both turrets are engaged, that the combined output
of both turrets does not exceed 1,125 gallons per minute (or 750 gallons per minute primary
and 375 gallons per minute secondary). A governor system must be provided to allow only
one high flow discharge at any given time. A dry chemical system is not needed on the
secondary turret.
16.3
High-Reach Extendable Turret
A High Reach Extendable Turret is not required.
16.4
Man Rated Aerials
A Man-rated aerial is not required.
16.5
Dual Agent Turret
A Dual Agent Turret is not required.
16.6
Undertruck Nozzles
A minimum of four (4) undertruck nozzles shall be provided, capable of a combined spray pattern
sufficient to cover the total undertruck area as well as the inner sides of the wheels and tires.
SECTION 17
AGENT SYSTEM PERFORMANCE
17.1
Complementary Agent System
The ARFF Vehicle shall meet all of the requirements for Complementary Agent System in the Advisory
Circular, and in addition shall meet the following requirements.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
17.1.1 A Clean Agent system shall meet the standards of Table 3, Performance Parameter 2.
17.2
Water/Foam Agent Applicators
The ARFF Vehicle shall meet all of the requirements for Water/Foam Agent Applicators in the
Advisory Circular, and in addition shall meet the following requirements.
SECTION 18
QUALITY ASSURANCE
The contractor is required to fully comply with quality assurance, testing and technical services of the
Advisory Circular and NFPA 414.
18.1
Auxiliary Equipment
The following auxiliary equipment shall be provided:
18.1.1 Auxiliary Equipment shall include the following in the type and number specified.
Equipment Type
A.
Quantity
Adapter, 4½ inch NST x 5 inch Storz (hose to hydrant) and required
Stortz Wrenches.
2
Axe, rescue, large, non-wedge type with serrated edge, 36 inch fiberglass
handle, scabbard and pick head cover.
2
C.
Blanket, fire resistant with storage pouch.
2
D.
Chock, aluminum, capable of holding maximum wheel diameter.
2
E.
Cutter, bolt, 24 inch.
1
F.
Cutter, cable, aircraft.
1
G.
Extinguisher, 20 pound BC, dry chemical.
1
H.
Prybar, 60 inch .
1
I.
Hammer, sledge, 8 pound.
1
J.
Hook, assault grapnel, 3 hooks, 2 pound.
1
K.
Hose, 1¾ inch, 50 foot length with 1½ inch NST connections
(identical to pre-connect hose).
4
B.
L.
Hose, 2½ inch, double jacket, 50 foot length with 2½ inch NST
connections.
10
M.
Hose, 5 inch, 50 foot length with 5 inch Storz connections.
10
N.
Ladder, extension or “A-Frame”, minimum 20 foot overall length.
Bid Document – ARFF Vehicle
1
AIP 3-56-0004-45
O.
Lantern, rechargeable, installed in cab.
4
P.
Medical kit, first aid/first responder trauma kit, 76 component
minimum with nylon tote bag.
1
Q.
Nozzle, 1½ inch, TFT Dual Force pistol grip with 2½” adaptor.
1
R.
Pike pole, 8 foot, with fiberglass handle.
1
S.
Saw, circular, 14 inch, Gas, Stihl or equivalent, complete with two (2) spare blades. 1
T.
Skin Penetrator (piercing applicator) for water or foam application, pneumatic
type, including carrying case, adaptor, and compressed air cylinder
wrench, adjustable, 8 inch.
1
18.1.2 Forcible Entry Kit shall include the following in the type and number specified.
Equipment Type
A.
Quantity
Axe, rescue, small, non-wedge type with serrated edge sheath and insulated
Handle.
3
B.
Chisel, cold, 1 inch.
1
C.
Hacksaw, heavy duty, 12 inch, with pistol grip and six (6) assorted blades.
1
D.
Hammer, 1½ pound.
1
E.
Hammer, 4 pound.
1
F.
Knife, rescue, V-blade (harness cutting tool).
3
G.
Pliers, side cutting, 7 inch.
1
H.
Plug, fuel line (hardwood).
3
I.
Plug, fuel line (neoprene).
3
J.
Roll, canvas.
1
K.
Rope line, nylon, 100 foot, 5/8 inch.
1
L.
Screwdriver set, three (3) Phillips and three (3) straight blade.
1
M.
Shears, sheet metal, straight cut.
1
N.
Wrecking bar (crowbar), 36 inch.
1
O.
Wrench, vice grip, 10 inch.
1
P.
SCBA Scott 4.5 4,500 psi 45min SCBA meeting NFPA 1981 Standards.
4
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Q.
SCBA Spare 4,500 psi air cylinders.
4
Insurance
To protect the purchaser form potential involvement in litigation, the chassis manufacturer for this
contract shall be adequately covered with liability insurance. The manufacturer shall carry public
liability insurance, including product liability insurance, in an amount not less than $5,000,000 per
occurrence, and in an annual aggregate for all damages arising out of bodily injury to, or death of all
persons, and for all damages arising out of injury to or destruction of property. A Certificate of
Insurance indicating this minimum amount of coverage shall be included in the bid package for the
bid to be considered.
Warranty
The bidder shall warranty his/her equipment as to the specified capacities and performance, and to
be free from all defects in design, material and workmanship. All labor, transportation costs, and
replacement parts shall be replaced at no cost to the Airport. This warranty shall continue for two (2)
years or 800 Hours from equipment acceptance, whichever comes later. No exceptions to the
warranty requirement will be accepted.
Owners Manual
Two sets each of the following shall be supplied upon vehicle delivery. One set shall be in written
form and one set shall be in an electronic/computer from:
A.
Operation, Maintenance, and Troubleshooting manual;
B.
Supplied equipment manual;
C.
Parts manual identifying every part on the unit both in parts list form and exploded view or
schematic form in the case of electrical and hydraulic; and
D.
Video training/ familiarization.
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Part 5
FAA Advisory Circular
150/5220-10D
Guide Specification for Aircraft
Rescue and Fire Fighting
Vehicles
Bid Document – ARFF Vehicle
AIP 3-56-0004-45
Download