RFQ-FireApparatus - Alameda County Government

advertisement
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900563
SPECIFICATIONS, TERMS & CONDITIONS
for
FIRE APPARATUS-PUMPER TRUCKS
NETWORKING/BIDDERS CONFERENCES
at
10:00 a.m.
on
April 28, 2009
at
General Services Agency
Room 1105, 11th Floor
1401 Lakeside Drive
Oakland, CA 94612
2:00 p.m.
on
April 29, 2009
at
Social Services Agency
California Poppy Room 225 (2nd Floor)
24100 Amador Street
Hayward, CA 94544
For complete information regarding this project see RFQ posted at
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or contact the person
listed below. Thank you for your interest!
Contact Person:
Kelley Smith, Contracts Specialist II
Phone Number:
(510) 891-5670
E-mail Address:
kelley.smith@acgov.org
RESPONSE DUE
by
2:00 p.m.
on
May 22, 2009
at
Alameda County, GSA-Purchasing
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
1401 LAKESIDE DRIVE, SUITE 907, OAKLAND, CALIFORNIA 94612
510 208 9600 FAX 510 208 9626 www.acgov.org/gsa
I:\PURCHASING\PurchContract\Word\K.Smith\!Current Projects\2009 Pumper Truck (ACFD)\RFQ-ACFD Pumper Trucks (FINAL2).doc
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900563
SPECIFICATIONS, TERMS & CONDITIONS
For
FIRE APPARATUS-PUMPER TRUCKS
TABLE OF CONTENTS
Page 1 of 2
Page
I.
II.
III.
IV.
ACRONYM AND TERM GLOSSARY ....................................................................................... 4
STATEMENT OF WORK
A.
Intent ...................................................................................................................................... 5
B.
Scope ...................................................................................................................................... 5
C.
Vendor Qualifications ............................................................................................................ 6
D.
Specific Requirements ........................................................................................................... 6
E.
Requirements List .................................................................................................................. 7
F.
Reports and Deliverables ..................................................................................................... 99
G.
Debarment and Suspension ............................................................................................... 100
H.
General Environmental Requirements .............................................................................. 100
INSTRUCTIONS TO BIDDERS
I.
County Contacts ................................................................................................................. 102
J.
Calendar of Events ............................................................................................................. 103
K.
Networking/Bidders Conference ....................................................................................... 103
L.
Submittal of Bids ............................................................................................................... 104
M.
Response Format................................................................................................................ 106
N.
Notice of Award................................................................................................................. 106
O.
Bid Protest / Appeals Process ............................................................................................ 106
TERMS AND CONDITIONS
P.
Term / Termination / Renewal........................................................................................... 108
Q.
Brand Names and Approved Equivalents ......................................................................... 108
R.
Quantities ........................................................................................................................... 109
S.
Pricing ................................................................................................................................ 109
T.
Award ................................................................................................................................. 110
U.
Method of Ordering ........................................................................................................... 111
V.
Invoicing ............................................................................................................................ 111
W.
Bonds ................................................................................................................................. 111
X.
County Provisions .............................................................................................................. 113
Y.
Online Contract Compliance Management System .......................................................... 116
Z.
Compliance Information and Records............................................................................... 117
AA. Account Manager/Support Staff ........................................................................................ 117
BB. General Requirements ....................................................................................................... 118
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900563
SPECIFICATIONS, TERMS & CONDITIONS
For
FIRE APPARATUS-PUMPER TRUCKS
TABLE OF CONTENTS
Page 2 of 2
ATTACHMENTS
Exhibit A – Acknowledgement
Exhibit B – Bid Form
Exhibit C – Insurance Requirements
Exhibit D1 – Current References
Exhibit D2 – Former References
Exhibit E – SLEB Certification Application Package
Exhibit F – Small and Local Business Subcontracting Information
Exhibit G – Request for Small and Local or Emerging Preference
Exhibit H – First Source Agreement
Exhibit I – Exceptions, Clarifications, Amendments
Exhibit J – Standard Agreement Contract Draft
Exhibit K – Environmental Certification
Exhibit L – RFQ Vendor Bid List
Exhibit M – Response/Content Submittal; Completeness Check List
Exhibit N – Debarment and Suspension Certification
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
I.
ACRONYM AND TERM GLOSSARY
Unless otherwise noted, the terms below may be upper or lower case. Acronyms will always be
uppercase.
ACFD
Bid
Bidder
Board
Contractor
CRTG
County
Environmentally
Preferable Products
EPA
FCR
Federal
FLDNC
F.O.B
FR
ISO
Labor Code
LED
LH
LTWT
MSDS
NFPA
NHM/NHF
NPSH
NYC
OSHA
OZ
PBTs
PO
PTFE
Refers to the Alameda County Fire Department
Shall mean the bidders’/contractors’ response to this Request
Shall mean the specific person or entity responding to this RFQ
Shall refer to the County of Alameda Board of Supervisors
When capitalized, shall refer to selected bidder that is awarded a
contract
Cartridge
When capitalized, shall refer to the County of Alameda
Products manufactured in a manner such that the impact on the
environment is minimized throughout the entire lifecycle of the
product by implementing sustainable practices during material
sourcing, manufacturing, transportation, and by providing products
that can be used and disposed of in an environmentally sound manner
United States Environmental Protection Agency
Federal Code of Regulations (automotive)
Refers to United States Federal Government, its departments and/or
agencies
Fire Line Do Not Cross
Shall mean without charge for delivery to destination and placing on
board a carrier at a specified point (Free On Board)
Fire Resistant
International Organization for Standardization
Refers to California Labor Code
Light Emitting Diode
Left Hand
Light Weight
Refers to Material Safety Data Sheets
Shall refer to the National Fire Protection Association
National Hose Thread Male/National Hose Thread Female
National Pipe Standard Hose
New York City
Refers to California Occupational Safety and Health Administrations
Ounce(s)
Persistent, Bioaccumulative Toxins including compounds such as
dioxins, polychlorinated biphenyls, and mercury as defined by the
United States Environmental Protection Agency and listed on the
EPA’s website at www.epa.gov/opptintr/pbt/
Shall refer to Purchase Order(s)
Refers to Polytetrafluoroethylene
Page 4 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
Quotation
Request for Quotation
Response
RFQ
SAE
SCBA
SLEB
Source Reduction
SST
State
TPP
UL
VAC
VDC
VEH
VLH
II.
Shall mean bidder’s response to this RFQ
Shall mean this document, which is the County of Alameda’s request
for contractors’/bidders’ proposal to provide the goods and/or services
being solicited herein. Also referred herein as RFQ
Shall refer to bidder’s quotation submitted in reply to RFQ
Request for Quotation
Society of Automotive Engineers
Self Contained Breathing Apparatus
Small Local Emerging Business
Refers to products that result in a net reduction in the generation of
waste compared to their previous or alternate version and includes
durable, reusable and remanufactured products; products with no, or
reduced, toxic constituents; and products marketed with no, or
reduced, packaging.
Super Shell-tite
Refers to State of California, its departments and/or agencies
Thermal Protective Performance
As used herein shall refer to the Underwriters Laboratories
Volts Alternating Current
Volts Direct Current
Vehicle
Valve-Lock Hose
STATEMENT OF WORK
A.
INTENT
It is the intent of these specifications, terms and conditions to fully describe the fire
apparatus-pumper truck required by the Alameda County Fire Department (ACFD). This
Request For Quotation (RFQ) shall provide all major details as to the type of construction
and tests to which the successful bidder must conform. Minor details of construction and
materials, where not otherwise specified, are left to the discretion of the contractor, who
shall be solely responsible for the design and construction of all features. The County
intends to select the lowest responsible bidder who has the necessary qualifications and
abilities to provide a completed pumper truck as specified herein.
The County intends to award a three (3) year contract (with option(s) to renew) to the
bidder selected as the lowest responsive and responsible bidder meeting the County’s
requirements as stated in this RFQ.
B.
SCOPE
The fire apparatus-pumper truck shall be of the latest type carefully designed to withstand
continuous use encountered in the emergency fire fighting service and shall be built in
Page 5 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
accordance with best fire apparatus practices. The apparatus shall be symmetrically
proportioned and constructed with due consideration of the load to be sustained. All parts
not specifically mentioned herein, but which are necessary in order to furnish a complete
fire apparatus, shall be furnished and shall conform to the best practices known to the fire
apparatus industry.
ACFD requires strict adherence to specifications of the fire apparatus as listed in Section
C of this RFQ, entitled Specific Requirements. This section contains the exact
requirements of the ACFD with regard to the fire apparatus. Bidder must be in complete
compliance, as deemed solely by the County, with all stated product requirements
outlined in Section D, Specific Requirements.
C.
D.
VENDOR QUALIFICATIONS
1.
Contractor shall have a minimum of ten (10) years business experience in the
fabrication, manufacture and provision of fire apparatus of a similar scope to those
described in this RFQ to large city or county fire jurisdictions. Experience shall be
verified as satisfactory, as deemed solely by the County, through references
provided by contractor in Exhibit D of this RFQ.
2.
Contractor shall have a verifiable service history of satisfactory responsiveness to
product repairs, warranties and/or product defects. Service history shall be
verifiable through references provided by contractor in Exhibit D of this RFQ.
SPECIFIC REQUIREMENTS
These specifications shall be construed as minimum.
Throughout the term of the contract and any subsequent renewal terms, the vendor shall
possess current and valid permits, licenses and professional credentials necessary to
supply product and perform services as specified under this RFQ
The following items are to be provided and/or adhered to for any bid submitted as part of
this RFQ. Should the manufacturer's current published data or specifications exceed
these, they shall be considered current and be furnished.
1.
Bidders shall furnish, with their bid, technical information graphs, charts,
photographs, engineering diagrams, drive train certification, or other means to
show that the equipment specified fully complies with this specification.
2.
Complete electrical load and computer generated weight analysis must be included
with bid.
Page 6 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
E.
3.
In the event the published literature furnished by the bidder is at variance with the
requirements of any item of this specification, the bidder shall explain in detail,
with full engineering support data, the reasons why the proposed equipment will
meet this specification and not be considered an exception thereto.
4.
The bidder shall answer each paragraph of these specifications in the sequence in
which they are written, outlining exactly what the bidder proposes to furnish.
5.
All plans and specifications must be approved by the County prior to award of the
contract.
6.
A blueprint must be approved by the County prior to any metal being sheared or
cut for the unit. The County, the manufacturer’s representative and the apparatus
manufacturer shall each have a coy of this blueprint. This blueprint shall then
become a part of the total contract and be signed by both the County’s
representative and the apparatus manufacturer.
7.
The County’s specifications, along with manufacturer's specifications and any
forms, questionnaires, and listed exceptions, shall be submitted as a part of the
bidder's entire bid proposal. In no case shall a bidder photocopy County's
specifications and submit as their proposal specifications and bid. Each bidder is
required to provide in his bid a "complete and accurate description" of their own
detailed product and engineering specifications.
8.
Where the following detailed specifications require specific dimensions or
capacities of components such as: axles, brakes, spring suspension, frame, steering
gear, drive line, universal joints, engine transmission, alternator, batteries, air
brake system, they have been specified for the service because of their
reliability/availability of replacement parts on a local basis. Since components
specified by dimension, size or capacity, are readily available to all manufacturers
and/or potential bidders, substitutes or alternates claimed to be equal may not be
acceptable as deemed solely by the County.
REQUIREMENTS LIST
Bidders must submit, with their bid, a fully completed “Requirements List”, pages 8 thru
99. Bids which are submitted without a “Requirements List” will be disqualified.
A “Yes” response to a specification sentence in the “Complies?” column will mean that
the bidder intends to comply with the exact specification, as described in the
“Requirements List. If the bidder is able to comply with the specification stated, and
states “yes” in the “Complies?” column, no further action is required.
Page 7 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
A “No” response to a specification sentence in the “Complies?” column will mean that
the bidder is unable to comply with the specification provided by the County.
If a bidder intends to state any exceptions, clarifications or amendments to the
Requirements List as described in Exhibit I, Exceptions, Clarifications, Amendments, the
bidder is to state “No” in the “Complies?” column and “Yes” in the “Exceptions,
Clarifications, Amendments" column. Bidder must then provide detailed information of
their exceptions, clarifications or amendments on Exhibit I. All exceptions, clarifications
or amendments shall be described in full, using additional pages, as necessary, to provide
complete descriptions. Bidder must clearly reference each exceptions, clarifications or
amendments by its corresponding item number from the “Number” column. The County,
at its sole discretion, shall have the right to deem acceptable any exceptions, clarifications
or amendments stated by the bidder.
A response of “N/A” or no response to any specification column will mean that the
bidder is unable to comply with the specification provided by the County. .
In the following “Requirements List”, references to specific brand names are intended to
describe components that have been determined to best meet operational, performance, or
reliability standards of the County, thereby incorporating these standards by reference
within the specifications. These specifications are not meant to limit the vendor; they are
guidelines to minimum qualifications. The bidder shall indicate their compliance or noncompliance for each line of the specification as described in the previous paragraphs of
the Requirements List section. Any deviations from the requirements, specifications, or
where submitted literature does not fully support the meaning of the specifications, must
be clearly cited by the bidder, in writing, within Exhibit I of this RFQ as described in the
previous paragraphs of the Requirements List section. An “equivalent or better” may be
offered by the bidder, subject to evaluation and acceptance by the County. It is the
bidder’s responsibility to provide, at bidder’s expense, samples, test data, or other
documentation which the County may require to fully evaluate and determine
acceptability of an offered substitute. The County reserves the sole right to reject a
substituted component that will not meet or exceed County standards. Please refer to “IV.
Brand Names and Approved Equivalents”, section S, for further information on brand
names and approved equivalents.
EXCEPTIONS, CLARIFICATIONSTO SPECIFICATIONS
Any and all deviations, exceptions or alternatives to the below requirements
list must be clearly stated, as described above, or the proposal may be
considered non-responsive d. Reference all exceptions by item number, in
Exhibit I of this RFQ using additional pages as necessary.
Page 8 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
1. The apparatus and all major components shall be manufactured in the United
States of America. Bidders are required to submit information as to gauge,
alloy, and type of metal, size of compartments, and overall design.
2. GENERAL CONSTRUCTION AND DESIGN
The design of the equipment shall be in accordance with the best engineering
practices. The equipment design and accessory installation shall permit
accessibility for use, maintenance and service. All components and assemblies
shall be free of hazardous protrusions, sharp edges, cracks or other elements,
which might cause injury to personnel or equipment.
All oil, hydraulic, and air tubing lines and electrical wiring shall be located in
protective positions properly attached to the frame or body structure and shall
have protective loom or grommets at each point where they pass through
structural members, except where a through-frame connector is necessary.
Parts and components should be located or positioned for rapid and simple
inspection and recognition of excessive wear or potential failure. Whenever
functional layout of operating components determines that physical or visual
interference between items cannot be avoided, the item predicted to require the
most maintenance shall be located for best accessibility.
Cover plates, which must be removed for component adjustment or part
removal, should be equipped with quick-disconnect fastenings or hinged panels.
Drains, filler plugs, grease fittings, hydraulic lines, bleeders and check points
for all components should be located so that they are readily accessible and do
not require special tools for proper servicing. Design practices should minimize
the number of tools required for maintenance.
Materials shall conform to the specifications listed herein. When not
specifically listed, materials shall be of the best quality for the purpose of
commercial practice. Materials shall be free of all defects and imperfections that
might affect the serviceability of the finished product. All nuts and bolts used
in construction shall be 100 percent U.S. made, certified traceable, with a
minimum of grade 5 used in the body area and where used on frame, steering,
suspension or drive train they must be grade 8 minimum
3. ISO COMPLIANCE
The manufacturer shall operate a Quality Management System under the
requirements of ISO 9001. These standards sponsored by the "International
Organization for Standardization (ISO)" specify the quality systems that shall
be established by the manufacturer for design, manufacture, installation and
service. A copy of the certificate of compliance shall be included with the bid.
4. SINGLE SOURCE MANUFACTURER
Bids shall only be accepted from a single source apparatus manufacturer. The
definition of single source is a manufacturer that designs and manufactures their
products using an integrated approach, including the chassis, cab, body and
aerial device being engineered and designed by the bidder. The warranties
relative to the chassis, body and aerial design (excluding component warranties
such as engine, transmission, axles, pump, etc.) must be from a single source
Page 9 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
manufacturer and not split between manufacturers (i.e. body, chassis and
aerial). The bidder shall provide evidence that they comply with this
requirement.
5. Bidder shall comply with all Insurance requirements as listed in Exhibit C of
this RFP
6. ACCEPTANCE
Before acceptance of the apparatus and/or equipment to be furnished under this
bid, the County shall have the right to inspect and test the apparatus and/or
equipment to ascertain that all requirements of these specifications and the
notice have been fully complied with and that the equipment is proper and
complete in every respect and in perfect working order. It is understood and
agreed that the County shall have the right to make such tests of the equipment.
In the event of disapproval or rejection by the County, or the apparatus fails to
meet the test requirements of these specifications on the first trail, the bidder
shall, at its own expense, make such repairs or replacements the County
considers necessary to conform to these specifications and a second trial may be
made at the option of the bidder with (30) days of the date of the first trail.
Such trials shall be final and conclusive and failure to comply with these
requirements shall be cause for rejection. Failure to comply with changes, as
the County may consider necessary to conform to any clause of the
specifications with (30) days after notice is given to bidder of such changes,
shall be cause for rejection of the apparatus.
Permission to keep or store the apparatus in any building owned or occupied by
the County or it’s use by the County during the above-specified period with the
permission of the bidder, shall not constitute acceptance.
Deviations from Specifications described herein will not be tolerated and will
be cause for rejection of the apparatus unless there were change orders executed
by the County.
7. COMPLIANCE WITH APPLICABLE LAWS
The apparatus shall comply with all U.S. Department of Transportation, State of
California Motor Vehicle Code, Air Pollution and Emission Control, apparatus
meeting requirements of the California Air Pollution Control Board, and local
requirements pertaining to vehicles used for fire fighting, and emergency
vehicles at time of contract signing.
The apparatus must also comply with all requirements as specified in NFPA
1901 (latest edition) standards. The unit is to be of current year manufacture,
and is to be new and unused.
8. LICENSED MANUFACTURER - (NO EXCEPTIONS)
The State of California Vehicle Code, section 11701 requires “every
manufacturer of a vehicle subject to registration shall make application to the
Department of Motor Vehicles (DMV) for a license containing a general
distinguishing number”.
Page 10 of 118
N/A
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The manufacturer shall have a current license at time of bid as outlined above
and shall provide a copy of the license in your bid response.
9. VEHICLE REGISTRATION
The State of California Vehicle Code section 11739 requires that the “dealer of
a new motor vehicle sale is responsible for applying for the title, securing
vehicle registration, and obtaining license plates for the County” through the
Department of Motor Vehicles (DMV).
The dealership shall obtain and/or provide the documents and services stated
above prior to final delivery.
10. SERVICE FACILITY
The County places a high priority on service. In order to provide efficient
service and support during the life of the apparatus, it shall be required that the
successful contractor maintains an authorized service and repair facility in
Central and Northern California.
The contractor’s service center shall have an indoor facility located within
one hundred (100) miles of the Alameda County Fire Department. This
facility shall be protected by fire and security alarm systems for safe
storage of the apparatus.
The service facility shall maintain a complete inventory of repair and/or
replacement parts, have an on-site training classroom, and own a
minimum of one (1) fully equipped mobile service vehicle with the
ability to carry spare parts and repair equipment.
All bidders shall provide details of their service capabilities in the
categories listed below:
Service Facility Location:
_________________________________________________________
______
Service Facility Phone Number:
_________________________________________________________
______
24 / 7 / 365 Service Phone Number:
_________________________________________________________
______
Service Facility Website:
_________________________________________________________
______
Number of Service Bays:
Page 11 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
_________________________________________________________
______
Number of Mobile Service Vehicles:
_________________________________________________________
______
Number of Factory-Trained Service Technicians:
_________________________________________________________
______
Service Facility Hours of Operation:
_________________________________________________________
______
Service Facility Parts Inventory (in Dollars):
_________________________________________________________
______
The local service center shall be available for inspection prior to award of the
contract.
11. VEHICL PURCHASES THROUGHTOUT CONTRACT TERM
The contract period shall be for thirty-six (36) months. The term of this
contract is from award execution date through the last day of the month of a
thirty-six (36) month consecutive period.
This contract may be extended, all or in part, for a period or periods up to one
year by mutual agreement in writing. The maximum contract period shall not
exceed sixty (60) months.
The contractor agrees that the County, in its sole discretion, exercise the option
to purchase additional vehicles for a period of up to three (3) years after award
of the contract. The price of such additional purchases shall not exceed the
percent (%) increase in the U.S. Department of Labor Bureau of Labor
Statistics Producer Price Index (PPI) Commodity Data, Series ID: WPU14,
Group: Transportation Equipment, or, if the PPI is no longer in existence, such
other applicable index or similar method of calculation in place at the time of
the additional purchase.
The percent increase shall be calculated according to the following formula:
Where X = PPI as published for the month which preceded bid opening by 3
months
Where Y = PPI as published for the month which preceded subsequent purchase
by 3 months
Y – X multiplied by 100 = % of allowable increase
Page 12 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
X
Various State or Federal regulatory agencies (e.g. NFPA, DOT, EPA, and
CARB) may require changes to the Specifications and/or the Product and in any
such event any resulting cost increases incurred to comply therewith will be
added to the Purchase Price to be paid by the County. In addition, any future
drive train upgrades (engine, transmission, axles, etc.) or any other specification
changes have not been calculated into the annual increases and will be provided
at additional cost. To the extent practicable, the Contractor shall document and
itemize any such price increases for the County.
12. OPTIONAL COOPERATIVE PURCHASE AGREEMENT
It is intended that any other public agency (i.e., city, district, public agency,
municipality or state agency shall have the option to participate in any award
made as a result of this solicitation. The Alameda County Fire Department shall
incur no financial responsibility in connection with purchase orders or contracts
made by the bidder with another public agency resulting from this solicitation.
The public agency shall accept sole responsibility for placing orders and
making applicable payments to the vendor.
13. MODIFICATION
The County, at any time prior to the delivery date specified on the contract or
purchase order, may issue a written change order for any modification. Such
modifications shall be the result of negotiation and agreement between both
parties.
Oral change orders are not permitted. No change on this RFQ or resulting
contract or purchase order shall be made unless the County gives its prior
written approval by its authorized representative. The contractor shall be liable
for all costs resulting from any unauthorized changes to the RFQ, contract or
purchase order.
No change order shall be made unless it is documented in writing, signed by the
contractor and countersigned by the County.
14. PAYMENT
Terms of payment shall be 100% payment to be made within thirty (30)
calendar days upon the completed apparatus departing the manufacturing
facility. The County will not enter into a contract that requires down payments,
progressive payments during construction, or contracts with escalator clauses.
The date used as the basis for payment shall be the date that the completed
apparatus departs the manufacturing facility.
All bids are to include applicable California State sales tax for Alameda
County. State sales tax to the County shall be listed as a separate line item.
Please see Exhibit B of this RFQ.
15. PAYMENT DISCOUNT OPTIONS
Page 13 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Bidders are to include the following payment discount options for
consideration:
 Chassis pre-payment.
 50% pre-payment at time of contract signing (or issuance of purchase
order).
 100% pre-payment at time of contract signing (or issuance of purchase
order).
The date used as the basis for any discount calculation is the date an acceptable
invoice is received by the County.
16. WEEKLY PROGRESS REPORTS
The successful bidder shall provide weekly progress reports including
photographs of the apparatus or the major components as they are being
constructed. The reports shall commence at the beginning of the manufacturing
process and shall continue until just prior to the final inspection. The reports
shall show the progress of the apparatus through the course of each week.
Special attention shall be given to show the unique features and aspects of the
apparatus as construction progresses.
17. DELIVERY
Failure by the successful contractor to notify the County immediately of any
delivery beyond the stated date or terms is cause for the contractor to be held
responsible for damages incurred as a result of an extended delivery time.
Prior to delivery the equipment / material shall be completely assembled as
necessary to assure proper operation and function.
All equipment / material, spare parts and supplies shall be delivered F.O.B. to
the following location:
Alameda County Fire Department
1430 164th Avenue
San Leandro, California 94578
Delivery of the apparatus shall be within 265 calendar days after execution and
acceptance of a contract or purchase order.
Satisfactory delivery means that the apparatus arrives at the delivery location
designated by the County and all work has been done to correct deficiencies
from specifications or mechanical difficulties.
18. DEALER PREPARATION
Bid prices submitted in Exhibit B of this RFQ must include all necessary dealer
preparation applicable to new equipment prior to final delivery to the County.
The dealer shall provide and/or complete the following services (if applicable to
the specification):
 Proposal Compliance - Inspect apparatus for compliance with proposal.
 Fluid Levels - Inspect for correct capacities of the following: engine oil,
coolant, power steering fluid, washer reservoir fluid, transmission fluid,
rear end fluid, pump transmission oil, and primer oil.
Page 14 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
 Visual Inspection - Inspect tires and wheels for proper pressure and lug
torquing. Tighten any loose hardware and repair reasonable paint
scratches or chips. Lubricate valve rods and check doors for correct
adjustment.
 Electrical Inspection - Operate all lights, sirens, and other electrical
accessories.
 Pump Operation - Vacuum test the pump to hold for 15 minutes. After
vacuum test, operate transfer valve and check pump shift.
 Leak Inspection - Fill water tank to check for leaks. Inspect water level
gauge and check for calibration. Operate relief valve.
 Gauge Inspection - With caps loose, rapid test all individual gauges and
main gauges for calibration.
 Foam System Inspection - Tighten caps and connect foam lines. Test
selector, valves, metering valve and operation of foam system
(including flush).
 Road Test - Run a road test with tank full. Empty tank, drain pump,
and drain all lines when above steps are completed.
 Fuel Tank - Fuel tank shall be filled to capacity prior to final delivery.
 Cleaning / Detailing - The apparatus shall be thoroughly washed and
detailed at the dealership prior to final delivery to the County. This
includes removal of any metal shavings.
The County shall have the option to inspect the apparatus at the contractor’s
service facility prior to final delivery.
19. BUILD TIME
The maximum period for completion and delivery/acceptance of the vehicle
shall not exceed 265 calendar days after receipt of order. This time frame will
begin when the contract (or purchase order) is received and accepted by the
contractor.
20. TRAINING PROGRAM
After delivery the successful bidder shall provide a qualified and responsible
instructor to familiarize the personnel in the basic operation of the apparatus
and its components. A one (1) day on-site structured program covering proper
operation and preventative maintenance shall be presented.
The training sessions shall be scheduled at times mutually agreed upon between
the bidder and the County.
21. NFPA 2004 STANDARDS
This unit shall comply with the NFPA standards effective January of 2004 (or
latest edition) except for customer directed specifications that replace a specific
NFPA specification.
Certification of slip resistance of all steps, standing and walking surfaces shall
be supplied with delivery of the apparatus.
A plate visible to the driver shall show the overall height, length, and gross
vehicle weight rating.
22. NFPA COMPLIANCY
Page 15 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
23.
24.
25.
26.
Requirements List
Apparatus proposed by the bidder shall meet the applicable requirements of the
National Fire Protection Association (NFPA) as stated in current edition at time
of contract execution.
TOTAL VEHICLE ASSESSMENT CERTIFICATION –
The apparatus shall be third-party, independent, audit-certified through
Underwriters Laboratory (UL) to the current edition of NFPA 1901 standards.
The certification includes: all design, production, operational and performance
testing of the apparatus.
PUMP TEST
The pump shall be tested, approved, and certified by Underwriter's Laboratory
at the manufacturer's expense. The test results and the pump manufacturer's
certification of hydrostatic test; the engine manufacturer's certified brake horse
power curve; and the manufacturer's record of pump construction details shall
be forwarded to the Fire Department.
GENERATOR TEST
If the unit has a generator, the generator shall be tested, approved, and certified
by Underwriters Laboratories at the manufacturer's expense. The test results
shall be provided to the Fire Department at the time of delivery.
APPROVAL DRAWING
A drawing of the proposed apparatus shall be provided for approval before
construction begins. The sales representative shall also have a copy of the same
drawing. The finalized and approved drawing shall become part of the contract
documents. This drawing shall indicate the chassis make and model, location of
the lights, siren, horns, compartments, major components, etc.
A "revised" approval drawing of the apparatus shall be prepared and submitted
by the manufacturer to the County showing any changes made to the approval
drawing.
27. WARRANTY
Each piece of new fire or rescue apparatus shall be warranted to be free from
defects in materials or workmanship under normal use and service. Each
manufacturer shall supply, as a part of their bid package, a copy of the warranty
or warranties that they propose to provide, and in no case shall it be less than
one (1) year on the entire apparatus.
All other warranties, as outlined in these specifications shall be provided in
writing as a part of the bid package. Failure to provide the warranties as
outlined throughout these specifications shall be cause for rejection of the bid
package.
WARRANTY PROCEEDURE
To prevent problems associated with “divided responsibility”, the successful
contractor shall coordinate and submit all warranty claims on behalf of the
County. As part of the bid the contractor shall include an outline of how
warranty claims and service issues will be coordinated and handled after the
apparatus has been delivered.
Contractor shall also coordinate future product recalls and upgrades (if any) to
Page 16 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
Requirements List
the existing apparatus. This includes coordinating repairs between the original
manufacturer of the component and filing of warranty claims on behalf of the
County.
FRAME RAIL WARRANTY
The frame rails shall be guaranteed for the life of the vehicle, which is
estimated to be 50 years, against defects in design, material, or workmanship,
excluding accident or abuse. A copy of the fire apparatus manufacturer's
warranty shall be included with the bid.
WARRANTY, FRONT NON DRIVE AXLE
The non drive axle system shall have a three (3) year parts and labor warranty.
This warranty applies to the suspension components only. All steering
linkages, pumps etc., are covered under our standard chassis warranty
(exception steer gears - see steering for warranty).
REAR AXLE WARRANTY
two (2) year, unlimited mileage, parts and labor warranty shall be provided
with this axle.
ANTI-LOCK BRAKE SYSTEM WARRANTY
ABS system shall come with a three (3) year or 300,000 mile parts and labor
warranty provided by Meritor Wabco Vehicle Control Systems.
ENGINE WARRANTY
The engine shall come with a five (5) year or 100,000 mile
TRANSMISSION WARRANTY
The transmission shall have a five (5) year/unlimited mileage warranty
covering 100% parts and labor. The warranty is to be provided by the
transmission manufacture and not the apparatus builder.
STEERING WARRANTY
The steering gear shall have a three (3) year parts and labor warranty.
CAB WARRANTY –
The bidder shall furnish a ten (10) year cab warranty. . The warranty shall
cover defects in design or workmanship in the cab tubular support and
mounting supports and other cab structural components identified in the
specifications. A copy of the warranty shall be submitted with the bid.
FOLD DOWN STEP WARRANTY
The bidder shall furnish a two (2) year fold down step warranty. The warranty
shall cover defects in material and workmanship for the fold down steps. A
copy of the warranty shall be submitted with the bid.
MULTIPLEX WARRANTY
The multiples components shall be warranted against defective materials or
workmanship for a period of five (5) years from the date of delivery to the
original County. The warranty shall also include a standard repair time for
covered components. A copy of the fire apparatus manufacturer's warranty
shall be included with the bid
38. WATER TANK WARRANTY
The tank shall have a lifetime warranty.
Page 17 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
39.
40.
41.
42.
Requirements List
If the tank manufacturer determines that the tank problem has rendered the
truck out-of-service, the tank manufacturer shall dispatch a service technician
WITHIN 48 HOURS (2 DAYS) to repair the tank
BODY WARRANTY
A copy of the fire apparatus manufacturer's warranty shall be included with the
bid. The warranty shall state that the body shall be free of structural failures
caused by defective design or workmanship for a warranty period of ten (10)
years from the date the new vehicle is first delivered or 100,000 miles,
whichever occurs first and that defective parts, under the warranty, shall be
repaired or replaced without charge to the original County.
PUMP WARRANTY
A five (5) year warranty shall be provided for the pump.
PUMP PLUMBING WARRANTY
The stainless steel plumbing components and ancillary brass fittings used in the
construction of the water/foam plumbing system shall be warranted for a period
of ten (10) years or 100,000 miles. . This covers structural failures caused by
defective design or workmanship, or perforation caused by corrosion, provided
the apparatus is used in a normal and reasonable manner. This warranty is
extended only to the original County for a period of ten years from the date of
delivery. A copy of the warranty shall be submitted with the bid.
WARRANTY - PAINT AND CORROSION
The cab and body exterior paint finish shall be warranted against blistering,
peeling, corrosion, lack of adhesion or any other manufacturing or material
defect for a period of ten (10) years.
The cab and body shall also be warranted against corrosion perforation for a
period of ten (10) years.
A copy of the manufacturer's warranty shall be included with the bid.
43. LAMINATION WARRANTY
The manufacturer shall provide a three (3) year warranty against defects in
material and workmanship with the graphics process. A copy of the fire
apparatus manufacturer's warranty shall be included with the bid.
44. INSPECTION TRIPS
The bidder shall provide one (1) factory inspection trip for two (2) ACFD
representatives. The inspection trips shall be scheduled at times mutually
agreed upon between the manufacturer's representative and the ACFD. All
costs such as travel, lodging and meals shall be the responsibility of the bidder.
45. MAXIMUM OVERALL HEIGHT
The maximum overall height of the apparatus shall be 118.00".
46. CHASSIS
The chassis provided shall be a new, tilt-type custom fire apparatus. Both
chassis and body shall be manufactured by the bidder eliminating any split
responsibility. The chassis shall be designed and manufactured for heavy-duty
service, with adequate strength and capacity for the intended load and the type
of service required.
47. SEATING CAPACITY
Page 18 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The seating capacity in the cab shall be six (6).
48. WHEELBASE
The wheelbase of the vehicle shall be no greater than 190.75".
49. GVW RATING
The gross vehicle weight rating shall be a minimum of 43,500 lbs.
50. FRAME
The chassis frame shall be built with two (2) steel channels bolted to five (5)
cross members or more, depending on other options of the apparatus. The side
rails shall have a 13.38" tall web over the front and mid sections of the chassis,
with a continuous smooth taper to 10.75" over the rear axle. Each rail shall
have a section modulus of 25.992 cubic inches and a resisting bending moment
(rbm) of 3,119,040 inch-pounds over the critical regions of the frame assembly,
with a section modulus of 18.96 cubic inches with an rbm of 2,275,200 inchpounds over the rear axle. The frame rails shall be constructed of 120,000 psi
yield strength heat-treated .38" thick steel, with 3.50" wide flanges.
51. FRONT NON DRIVE AXLE
The front axle shall be of the independent suspension design with a ground
rating of 19,500 pounds.
Upper and lower control arms shall be used on each side of the axle. Upper
control arm castings shall be made of 100,000-psi yield strength 8630 steel and
the lower control arm casting shall be made of 55,000-psi yield ductile iron.
The center cross members and side plates shall be constructed out of 80,000-psi
yield strength steel.
Each control arm shall be mounted to the center section using elastomer
bushings. These rubber bushings shall rotate on low friction plain bearings and
be lubricated for life. Each bushing shall also have a flange end to absorb
longitudinal impact loads, reducing noise and vibrations.
There shall be nine (9) grease fittings supplied, one (1) on each control arm
pivot and one (1) on the steering gear extension.
The upper control arm shall be shorter than the lower arm so that wheel end
geometry provides positive camber when deflected below rated load and
negative camber above rated load.
Camber at load shall be zero degrees for optimum tire life.
The kingpin bearing shall be of low friction design and be sealed for life.
Toe links that are adjustable for alignment of the wheel to the center of the
chassis shall be provided.
The wheel ends must have little to no bump steer when the chassis encounters a
hole or obstacle.
Page 19 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The steering linkage shall provide proper steering angles for the inside and
outside wheel, based on the vehicle wheelbase.
52.
53.
54.
55.
56.
57.
The axle shall have a third party certified turning angle of 45 degrees. Front
discharge, front suction, or aluminum wheels shall not infringe on this cramp
angle.
FRONT OIL SEALS
Oil seals with viewing window shall be provided on the front axle.
FRONT SHOCK ABSORBERS
Heavy-duty telescoping shock absorbers (KONI) shall be provided on the front
suspension.
REAR AXLE
The rear axle shall be a Meritor™, Model RS-24-160 with a capacity of 24,000
pounds.
REAR OIL SEALS
Oil seals shall be provided on the rear axle.
TOP SPEED OF VEHICLE
A rear axle ratio shall be furnished to allow the vehicle to reach a top speed of
65 to 67 MPH.
FRONT SUSPENSION
Front independent suspension shall be provided with a minimum ground rating
of 19,500 pounds.
The independent suspension system shall be
designed to provide maximum ride comfort. 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 torsion bar type spring. In addition, each front wheel
end shall also have energy absorbing jounce bumpers to prevent bottoming of
the suspension.
The suspension design shall be such that there are at least 10.00" of total wheel
travel and a minimum of 3.75" before suspension bottoms.
The torsion bar anchor lock system allows for simple lean adjustments, without
the use of shims. One can adjust for a lean within 15 minutes per side. Anchor
adjustment design is such that it allows for ride height adjustment on each side.
The independent suspension shall have been put through a durability test that
simulated a minimum of 140,000 miles of inner city driving.
58. REAR SUSPENSION – (NO EXCEPTIONS)
Rear suspension shall be air ride Hendrickson FMX 240 with a ground rating of
Page 20 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
24,000 pounds. The suspension has the following features:
1. Heavy-duty shock absorbers to protect air springs from overextension.
2. Heavy-duty torque rods and bushings
3. Premium, heavy-duty rubber bushings require no lubrication
4. Integrated stabilizer design results in greater stability
5. Low spring rate air springs for excellent ride quality
6. Dual height control valves to maintain level vehicle from side to side.
59. ANTI-LOCK BRAKE SYSTEM
The vehicle shall be equipped with a Wabco 4S4M anti-lock braking system.
The ABS shall provide a four (4) channel anti-lock braking control on both the
front and rear wheels. It shall be a digitally controlled system that utilizes
microprocessor technology to control the anti-lock braking system. Each wheel
shall be monitored by the system. When any particular wheel begins to lockup,
a signal shall be sent to the control unit. This control unit then shall reduce the
braking of that wheel for a fraction of a second and then reapply the brake.
This anti-lock brake system shall eliminate the lockup of any wheel thus
helping to prevent the apparatus from skidding out of control.
60. BRAKES, FRONT AXLE –The service brake system shall be full air type.
The front brakes shall be Knorr/Bendix disc type with a 17.00" ventilated rotor
for improved stopping distance.
The brake system shall be certified, third party inspected, for improved stopping
distance.
61. BRAKES, REAR AXLE
The rear brakes shall be Meritor™, Disc Plus, EX225 disc operated with
automatic slack adjusters and a 17.00" ventilated rotor for improved stopping
distance.
62. ENGINE BRAKE
A Jacobs Engine Brake is to be installed with the controls located on the
instrument panel within easy reach of the driver.
The driver shall be able to turn the engine brake system on/off and have a high,
medium and low setting.
The engine brake shall be installed in such a manner that when the engine brake
is slowing the vehicle the brake lights are activated.
The ABS system shall automatically disengage the auxiliary braking device,
when required.
63. AIR COMPRESSOR, BRAKE SYSTEM
The air compressor shall be a Bendix BA-921 with 15.8 cubic feet per minute
output at 1250 RPM.
64. BRAKE SYSTEM
The brake system shall include:
1. Bendix-Westinghouse dual brake treadle valve with vinyl covered foot
surface.
Page 21 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
N/A
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
65.
66.
67.
68.
69.
70.
71.
Requirements List
2. A heated automatic moisture ejector on air dryer.
3. Total air system capacity of 4,362 cubic inch.
4. Two (2) air pressure gauges with red warning light and audible alarm
that activates when air pressure falls below 60 psi.
5. MGM spring set parking brake system.
6. Parking brake operated by a Bendix-Westinghouse PP-1 control valve.
7. A parking "brake on" indicator light on instrument panel.
8. Bendix-Westinghouse SR-1 valve, in conjunction with a double check
valve system, shall be provided with an automatic spring brake
application at 40 psi.
9. Wabco System Saver 1200 air dryer.
U-BOLT GUARD OVER PARKING BRAKE KNOB
A U-bolt type protective guard shall installed over the "Parking Brake" knob to
prevent accidental activation of the brake.
BRAKE LINES
Color coded nylon brake lines shall be provided. The lines shall be wrapped in
a heat protective loom where necessary in the chassis.
AIR INLET
One (1) air inlet with a .25" male Parker B2C coupling shall be provided. It
shall allow station air to be supplied to the apparatus brake system through a
shoreline hose. The inlet shall be located on the driver side seat riser. A check
valve shall be provided to prevent reverse flow of air. The inlet shall discharge
into the "wet" tank of the brake system. A mating female coupling shall also be
provided with the loose equipment.
AIR OUTLET
One (1) air outlet shall be installed with a .25" female Parker B2C coupling and
shut off valve, located on the driver side seat riser. This system shall tie into
the "wet" tank of the brake system and include an 85 psi pressure protection
valve in the outlet line to prevent the brake system from losing all air. A mating
male fitting shall be provided with the loose equipment.
ALL WHEEL LOCK-UP
An all wheel lock-up system shall be installed which applies air to the front
brakes and uses the spring brake at the rear.
GUARD, FRONT WHEEL LOCK
A U-bolt type protective guard shall installed over the "Front Wheel Lock"
knob to prevent accidental activation of the brake.
MANUAL MOISTURE EJECTORS
Three (3) manual moisture ejectors shall be installed in the brake system.
The moisture ejector shall be remote mounted on the driver side of vehicle, as
close to the edge of vehicle as possible.
A loop shall be provided at the moisture ejector, to allow for ease of pulling the
drain.
Each moisture ejector shall have a label directly under the ejector, stating air
tank drain.
Page 22 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Nylon tubing, .38" diameter shall be routed from the air tank to the moisture
ejector. The nylon tubing shall be cover with protective split loom.
The moisture ejectors shall be provided on the left side of the vehicle under the
forward most position of the body.
72. ENGINE
The chassis shall be powered by a Detroit Diesel electronically controlled
engine as described below:
1. Model: Series 60, 14.0L (855 cubic inches)
2. Maximum Horsepower: 470 bhp at 1800 rpm
3. Peak Torque: 1650 lb-ft at 1200 rpm
4. Governed Speed: 2000 rpm
5. Bore and Stroke: 5.24" x 6.61"
6. Number of Cylinders: Six (6)
7. Compression Ratio: 17.25:1
Standard equipment on the engine shall include the following:
1. Governor: Limiting speed type
2. Injectors: Cam operated, unit type, clean tip
3. Starting Motor: 12-volt
4. An additional engine start button shall be provided next to the standard
button on the cab instrument panel.
5. Turbocharger
6. Air To Air After-cooled
7. Lube Oil Cooler
8. Lube Oil Filter: Full flow
9. Air Cleaner: Farr or equal
10. Fuel Filters: Dual, with check valve
11. Coolant Filter: Spin-on with shut off valves on the supply and return
line (pre-charged with coolant inhibitor)
73. ENGINE INSTALLATION CERTIFICATION – (NO EXCEPTIONS)
The fire apparatus manufacturer shall provide, at the time of delivery, a letter
from the engine manufacturer stating they approve of the engine installation in
the bidder's chassis. The approval of the engine installation shall be at full
horsepower rating in a continuous duty application under all operating
conditions, including road and pump. No type of automatic horsepower
reduction feature shall be allowed.
There shall be no exception to any portion of the engine installation
certification.
74. CONTROLS AND INDICATOR LIGHTS
The following amber indicator lights shall be located on the driver's side of the
cab to denote engine information:
1. Diesel Particulate Filter (DPF)
2. High Exhaust Temperature (HET)
Page 23 of 118
N/A
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
3. Malfunction Indicator Lamp (MIL)
A switch to initiate the diesel particulate filter regeneration cycle shall be
located on the driver's side instrument panel.
75. ENGINE AIR INTAKE
The air intake with ember separator shall be mounted on the driver side of the
apparatus, to the front of the engine. The ember separator is designed to
prevent road dirt and re-circulating hot air from entering the engine.
76.
77.
78.
79.
The ember separator shall be easily accessible by tilting the cab.
EXHAUST SYSTEM
The exhaust system shall be stainless steel from the turbo to the inlet of the
diesel particulate filter and shall be 5.00" in diameter. The exhaust system shall
include a diesel particulate filter and a diesel oxidation catalyst to meet current
EPA standards. The exhaust shall terminate horizontally ahead of the passenger
side rear wheels. A tailpipe diffuser shall be provided to reduce the temperature
of the exhaust as it exits. An insulation wrap shall be provided on the exhaust
pipe between the turbo and DPF inlet to minimize the transfer of heat to the
cab. Heat deflector shields shall be provided to isolate chassis and body
components from the heat of the tailpipe diffuser.
EXHAUST MODIFICATION
The exhaust pipe shall be brought out from under the body at a 90 degree angle
from the truck. The tail pipe shall extend a minimum of 2.00" past the body,
adaptable for the Plymovent system which is the exhaust evacuation system
employed by the County. The diameter of the pipe shall be 7.00". There shall
be a clearance of 4.00" completely around the pipe once past the side of the
body. A stop shall be provided on the tail pipe that shall prevent the nozzle
from sliding.
CLUTCH FAN
A Horton fan clutch shall be provided. The fan clutch shall be automatic when
the pump transmission is in "Road" and "Pump" position.
FUEL SEPARATOR
The engine shall be equipped with a Racor in-line spin-on fuel and water
separator in addition to the engine fuel filters.
A warning light shall be provided on the cab instrument panel to indicate water
in the fuel system.
80. ENGINE HEATER
A 1000 watt, 120 volt, immersion type engine heater shall be installed with the
AC power inlet located to the rear of the driver's door.
81. HIGH IDLE
A high idle switch shall be provided, inside the cab, on the instrument panel,
that shall automatically maintain a preset engine rpm. A switch shall be
installed, at the cab instrument panel, for activation/deactivation.
The high idle shall be operational only when the parking brake is on and the
truck transmission is in neutral. A green indicator light shall be provided
Page 24 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
adjacent to the switch. The light shall illuminate when the above conditions are
met. The light shall be labeled "OK to Engage High Idle".
82. COOLANT LINES
Silicone hoses shall be used for all engine/heater coolant lines installed by the
chassis manufacturer.
Hose clamps shall be stainless steel "constant torque type" to prevent coolant
leakage. They shall react to temperature changes in the cooling system and
expand or contract accordingly while maintaining a constant clamping pressure
on the hose.
83. RADIATOR
The radiator and complete cooling system shall meet the NFPA cooling system
standards and the engine manufactures guidelines at maximum load conditions.
The radiator shall be mounted parallel with the charge air cooler to avoid
drawing preheated air from the charge air cooler across the radiator fins, thus
creating efficiencies in cooling performance. The fan shall be mounted directly
to the cooling package and within a molded shroud to minimize the required fan
tip clearances and to optimize airflow efficiencies and cooling performance.
Cool air shall be drawn through the radiator by a belt driven fan. The fan shall
be belt driven off the engine crank damper pulley utilizing a 1310 Series drive
shaft and a 10 rib K-Section Poly V belt. The fan assembly shall be mounted
directly to the radiator, and independent to the engine, which shall provide
minimal fan tip to radiator shroud clearance resulting in optimum airflow.
The fan assemble shall also have a Horton fan clutch incorporated into the
upper mounting assembly. Clutch fan shall be automatic when the pump
transmission is in "Road" and engaged constantly when in "Pump" position.
The radiator shall have a sufficient capacity to exceed all cooling requirements
specified by the engine manufacturer under all operating conditions. The
system shall have a low coolant sight bulb mounted on the surge tank and an
electronic controlled low coolant indicator mounted on the cab instrument
panel.
A remote surge and deaeration tank shall be provided to optimize the cooling
system for all operating conditions. The cooling system shall be equipped to
maintain a pressure at ten (10) psi for the maximum heat dissipation. The
system shall have a drain cock located at the lowest point of the cooling system.
Circulation baffles shall be furnished to prohibit hot air from the engine
compartment from adversely affecting cooling system performance.
The radiator shall be constructed with 175 tubes placed in three (3) rows with
16 fins per inch and bonded together by a patented "beta-weld" process for
increased strength, longer life and solder-bloom corrosion protection. The
completed core shall have a minimum 1200 square inches of cooling area. The
Page 25 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
entire cooling package assembly shall be mounted in a manner to prevent
development of leaks caused by twisting or straining when the apparatus
operates over uneven terrain. The radiator core shall be compatible with
commercial antifreeze solutions.
The engine and cooling system with hoses shall have a coolant capacity of 60
quarts. The cooling system shall be protected with an antifreeze solution to
minus 30 degrees Fahrenheit.
84. FUEL TANK
A 50-gallon fuel tank shall be provided and mounted at rear of chassis. The
tank shall be constructed of 12-gauge, hot rolled steel. It shall be equipped with
swash partitions and a vent.
A .75" drain plug shall be provided in a low point of the tank for drainage.
A fill inlet shall be located on the driver's side of the body and be covered with
a hinged, spring loaded, stainless steel door that is marked "Diesel Fuel Only".
A .50" diameter vent shall be provided running from top of tank to just below
fuel fill inlet.
The tank shall meet all FHWA 393.67 requirements including a fill capacity of
95% of tank volume.
All fuel lines shall be provided as recommended by the engine manufacturer.
85. FUEL COOLER
An air to fuel cooler shall be installed, in the engine fuel return line.
86. AUXILIARY FUEL PUMP
An auxiliary electric fuel pump shall be added to the fuel line for repriming the
engine. The switch shall be located in the engine compartment, close to the fuel
filters.
87. DRIVELINE
Drivelines shall be a heavy duty metal tube and be equipped with Spicer 1810
universal joints.
The shafts shall be dynamically balanced before installation.
A splined slip joint shall be provided in each driveshaft, slip joint shall be
coated with Glidecoat lubricant or equivalent.
88. TRANSMISSION
An Allison Gen IV, model EVS 4000P, electronic, torque converting, automatic
transmission shall be provided.
.
Two (2) PTO openings shall be located on left side and top of converter
housing (positions 8 o'clock and 1 o'clock).
A transmission temperature gauge with red light and buzzer shall be installed
Page 26 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
on the cab instrument panel.
89. TRANSMISSION, SHIFTER
A six (6)-speed push button shift module shall be mounted to right of driver on
console. Shift position indicator shall be indirectly lit for after dark operation.
The transmission ratio shall be: 1st - 3.51 to 1.00, 2nd - 1.91 to 1.00, 3rd - 1.43
to 1.00, 4th - 1.00 to 1.00, 5th - 0.75 to 1.00, 6th - 0.64 to 1.00, R - 4.80 to
1.00.
The shifter shall have a "Mode" button which shall be programmed to indicate
the transmission fluid level.
90. TRANSMISSION COOLER
An external transmission oil cooler shall be provided. Cooler shall be made of
aluminum construction and sealed by O rings on end caps.
91. TRANSMISSION FLUID
The transmission shall be provided with TranSynd, or TES 295 or equivalent
heavy duty synthetic transmission fluid.
92. STEERING
Dual Sheppard M110 steering gears, with integral heavy-duty power steering,
shall be provided. For reduced system temperatures, the power steering shall
incorporate a Vickers V20F three (3)-line hydraulic pump with integral pressure
and flow control.
The steering wheel shall be 18.00" in diameter, and capable of tilting and
telescoping to improve fit for a broader range of driver configurations.
A letter from the hydraulic pump manufacturer stating they approve of the
hydraulic pump selection and its operating temperature and flow shall be
furnished with the bidder's proposal.
93. TIRES
Front tires shall be Michelin radials 385/65R22.5, 18 ply "all position" XZY 3
tread. The tires shall be mounted on Alcoa 22.50" x 12.25" polished aluminum
disc-type wheels with a ten (10) stud, 11.25" bolt circle.
Rear tires shall be four (4) Michelin radials 12R22.50, 16 ply "all position"
XZE tread. The tires shall be mounted on Alcoa 22.50" x 8.25" polished
aluminum disc wheels with a ten (10) stud-11.25" bolt circle.
94. LUG NUT COVERS
Chrome plated lug nut covers shall be installed on all lug nuts.
95. WHEEL CHOCKS
There shall be one (1) Qty, set of folding Ziamatic SAC-44-E, aluminum alloy,
Quick-Choc wheel blocks with easy-grip handle provided.
The chocks shall be mounted on the apparatus as directed at pre-construction.
WHEEL CHOCK BRACKETS
There shall be one (1) Qty, set of Ziamatic SQCH-44-H horizontal mounting
Page 27 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
wheel chock brackets provided for the SAC-44-E folding wheel chocks. The
brackets shall be mounted on the underside of the body as directed at preconstruction.
96. FRONT HUB COVERS
Stainless steel hub covers shall be provided on the front axle. An oil level
viewing window shall be provided.
97. REAR HUB COVERS
A pair of Real Wheels, RW7715, foam mounted, stainless steel high hat hub
covers shall be provided on rear axle hubs.
98. MUD FLAPS
Mud flaps shall be installed behind the rear wheels of the apparatus.
99. CAB
The cab shall be designed specifically for the fire service and manufactured by
the chassis builder.
Construction of the cab shall consist of high strength 5052-H32 .125" aluminum
welded to extruded aluminum framing.
The cab shall be built by the apparatus manufacturer in a facility located on the
manufacturer's premises. .
Cab shall be approximately 96.00" wide, with an overall height (from the cab
roof to the ground) of approximately 108.00". The overall height listed shall be
calculated based on a truck configuration with the lowest suspension weight
ratings, the smallest diameter tires for the suspension, no water weight, no loose
equipment weight and no personnel weight. Larger tires, wheels and
suspension shall increase the overall height listed.
Crew cab shall be of the totally enclosed design, with access doors constructed
in the same manner as the front cab doors.
Cab shall be a full tilt design, allowing easy maintenance of the engine
compartment. The engine shall be accessible when the cab is titled and the
engine shall also be removable when the cab is tilted.
Provisions for checking the engine and transmission oil shall be provided on the
engine tunnel and must be accessible without tilting the cab.
Cab shall be isolated from the chassis inputs by four (4) rubber load cushions
and shall be tilted by an electric/hydraulic pump connected to two (2) cab lift
cylinders. Cab shall then be locked down by a 2-point automatic locking
mechanism that actuates after the cab has been lowered.
Cab entrance steps shall be enclosed and automatically drop down when the
door is opened and raise up when the door is closed. Both cab step assemblies
Page 28 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
shall be of simplistic and identical design.
The steps shall be operated by a switch (air spool valve) on the cab door frame,
which is connected to an air cylinder, that activates both the up and down
operation of the steps.
A dedicated air supply tank shall be furnished for the step air system, to assure
an adequate air supply for the up and down activation.
Each step, when in the stored position, shall be totally enclosed to protect the
mechanisms from road debris and moisture.
Each step assembly shall be designed in a three (3) step arrangement, with each
step spaced no more than 16.00" apart, providing easy cab entry and egress.
Each step surface shall be a minimum of 160 square inches.
The step surface shall be constructed out of a non-slip material that shall also be
self-draining.
Cab and crew cab doors shall be approximately 32.00" wide x 61.00" high.
Crew cab doors shall be located on the side of the cab.
Cab and crew cab doors shall be equipped with automotive type rubber,
continuous perimeter bulb seal on the door opening to ensure a weather tight fit.
Polished stainless steel scuffplates shall be installed on the inside of all cab
doors, extending from the bottom of the door to 12.00" above the floor line.
Cab doors shall be constructed of aluminum with a double pan design.
All cab and crew cab entry doors shall contain a conventional roll down
window.
The upper area of each door shall be contoured into the roof and include a
contoured tinted window feature that provides better visibility on the interior
and to the exterior of the cab.
Flush mounted, chrome plated paddle type door handles shall be provided on
the interior and exterior cab and crew cab doors.
The cab doors shall be provided with interior locks as required by FMVSS 206.
The locks shall include exterior keyed locks to prevent locking occupants out of
the cab. A plunger shall actuate the locks.
The door hinges shall be stainless steel piano type with a .25" pin.
Page 29 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Cab and crew cab shall be designed to optimize room and allow complete visual
and audio communications between all fire fighters.
The engine tunnel shall be constructed out of .125" aluminum and shall be
tapered at the top to allow for more driver and passenger elbow room.
The engine tunnel inside the cab shall not exceed 20.00" from the cab floor to
the top of the engine tunnel.
The width of the engine tunnel inside the cab shall not exceed 26.00" on the top
tapered surface and 41.00" at the floor area.
The engine tunnel shall also taper and narrow towards the rear as it extends into
the crew cab area. The width of the engine tunnel on the top tapered surface at
the rear shall not exceed 20.00", therefore providing optimum room for the fire
fighters seated in the crew cab rear facing seats.
The engine hood shall be insulated for protection from heat and sound. The
noise insulation keeps the DBA level within the limits stated in the current
NFPA series 1900 pamphlet.
The driver and officer shall have a flat floor area measuring a minimum of
21.50" wide (door to engine tunnel) and 28.00" long (front to rear seat riser).
The dimension from the back edge of the steering column to the driver's seat
back (seat in rearmost position) shall be a minimum of 30.00".
A 20.00" slip resistant handrail shall be provided adjacent to all door openings
to assist with entrance into the cab.
Circular inner fender liners in the wheel wells shall be provided.
Heavy duty black rubber mud flaps shall be installed on the cab behind the front
wheels.
Bright aluminum treadplate shall be overlaid on the outside rear wall of the
crew cab except for areas that are not typically visible when the cab is lowered.
A contoured molded fiberglass housing shall be installed on the front of the cab.
The housing shall be painted to match the cab. A contoured aluminum grille,
headlight bezel and wrap around band consisting of three (3) separate bright
finished sections shall be installed on the front of the housing.
A logo shall be affixed permanently to the grille housing.
A contoured molded fiberglass "eye brow" trim assembly shall be installed at
Page 30 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
the front roof line above the windshield. The eye brow shall be painted to
match the cab roof. The marker lights shall be recessed into the eye brow.
A large curved; safety glass windshield shall provide over 4,100 square inches
of clear viewing area for enhanced visibility.
The cab windshield shall be installed utilizing modern automotive techniques,
which include bonding to the cab sheet metal with a urethane adhesive, and
then trimmed in rubber.
Economical windshield replacement glass shall be readily available.
Two (2) smoked Lexan sunvisors shall be provided, one (1) above each
windshield.
Electric windshield wipers shall be provided that meet FMVSS and SAE
requirements. One (1) control shall operate both wipers. The wiper control
shall be two (2) speed (high and low) and feature an intermittent control. The
control shall also have a "return to park" provision (toward center of cab). The
wipers shall have a pantographic design for covering a large sweeping area.
Each wiper shall be equipped with a washer that is actuated by the wiper
control.
Wash reservoir shall be able to be filled without raising the cab.
100. CAB INTEGRITY CERTIFICATION
The fire apparatus manufacturer shall provide a cab crash test certification with
this proposal. The certification states that the cab must meet or exceed the
requirements below:
1. European Occupant Protection Standard ECE Regulation No.29.
2. SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading
Heavy Trucks.
3. SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading
Heavy Trucks.
4. Roof Crush - The cab shall be subjected to a roof crush force of 26,400
lbs. This value shall be 120% of the ECE 29 criteria, and or equivalent
to the front axle rating up to a maximum of 10 metric tons.
5. Side Impact - The cab shall be subjected to dynamic preload when a
14,060 lb moving barrier is slammed into the side of the cab at 5.1 mph,
striking with an impact of 12,200 ft-lbs of energy. This test shall
closely represent the forces a cab shall see in a roll-over incident.
6. Frontal Impact - The cab shall withstand a frontal force produced from
65,000 ft-lbs of energy using a swing-bob type platen.
101. CAB MODIFICATION
The engine tunnel shall be designed to provide maximum occupant space, and
required clearance to the engine and related components. The engine tunnel
shall include a modification on the passenger side to accommodate the Turbo
Page 31 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
and related components.
102. AUXILIARY AIR COMPRESSOR
An auxiliary air compressor shall be furnished to supply air for the cab step
system. The air compressor shall be a 12-volt DC and wired directly to the
batteries. The compressor shall have a rating of .5 CFM at 100 psi. The
compressor shall insure fully automatic step operation at all times.
103. CAB FLOOR
The cab and crew cab flooring shall be constructed with bright aluminum
treadplate.
104. WINDOW TINT
Crew cab windows shall be tinted for 44% light transmission. The following
windows are included:
Crew cab door, roll-up windows
105. DS CAB STORAGE COMPARTMENT
A storage compartment shall be provided on the driver side in the crew cab,
mounted behind the driver seat. The compartment shall have a double pan, lap
style door, with locking D-ring latch with #1250 key, located on the side of the
cab over the wheel well. The compartment shall be 27.00" high x 17.25" wide x
21.00" deep from the side of the cab. Dimensions shall be clear inside with the
door closed. The interior door surface shall have a polished stainless steel
scuffplate. The door opening shall be as high and wide as possible.
The D-ring handle shall be attached to the door with four self tapping screws.
The compartment shall be constructed of smooth aluminum and painted to
match the cab interior color.
Rope lighting shall be provided around both sides and top of the door opening.
The lighting shall be controlled by a door switch.
This storage compartment shall be compliant per NFPA Standard for
Automotive Fire Apparatus.
106. PS CAB STORAGE COMPARTMENT
A storage compartment shall be provided on the officer side in the crew cab,
mounted behind the officer seat. The compartment shall have a double pan, lap
style door, with locking D-ring latch with #1250 key, located on the side of the
cab over the wheel well. The compartment shall be 27.00" high x 17.25" wide
x 21.00" deep from the side of the cab. Dimensions shall be clear inside with
the door closed. The interior door surface shall have a polished stainless steel
scuffplate. The door opening shall be as high and wide as possible.
The D-ring handle shall be attached to the door with four self tapping screws.
The compartment shall be constructed of smooth aluminum and painted to
match the cab interior color.
Rope lighting shall be provided around both sides and top of the door opening.
Page 32 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The lighting shall be controlled by a door switch.
This storage compartment shall be compliant per NFPA Standard for
Automotive Fire Apparatus.
107. LOGO AND CUSTOMER DESIGNATION ON HORN BUTTON
The steering wheel shall have an emblem containing the fire apparatus
manufacturer's logo and customer name. The emblem shall have three (3) rows
of text for the customer's department name. There shall be a maximum of eight
(8) characters in the first row, eleven (11) characters in the second row and
eleven (11) characters in the third row.
The first row of text shall be: ALAMEDA.
The second row of text shall be: COUNTY.
The third row of text shall be: FIRE.
108. FENDER CROWNS
Stainless steel fender crowns shall be installed at cab wheel openings. The
fender crowns shall have a radius outside corner that allows the fender crown to
extend beyond the side wall of the front tires and also allow the crew cab doors
to open fully.
109. CAB LIFT
A hydraulic cab lift system shall be provided consisting of an electric powered
hydraulic pump, dual lift cylinders, and necessary hoses and valves.
The hydraulic pump shall have a manual override for backup in the event of
electrical failure.
Lift controls shall be on a panel located passenger's side of front bumper.
Cab shall be locked down by a two (2)-point automatic spring loaded hook
mechanism that actuates after the cab has been lowered.
The hydraulic cylinders shall be equipped with a velocity fuse that protects the
cab from accidentally descending when the control is located in the tilt
position.
A redundant mechanical stay arm shall automatically be engaged once the cab
has been fully raised. Before lowering the cab, this device must be disengaged
using the stay arm control located near the cab raise/lower switch.
110. INTERLOCK, CAB LIFT TO PARKING BRAKE
The cab lift system shall be interlocked to the parking brake. The cab tilt
mechanism shall be active only when the parking brake is set and the ignition
switch is in the on position, if the parking brake is released the cab tilt
mechanism shall be disabled.
111. LABEL, CAB LIFT FLUID LEVEL
A label which states "Cab Lift Fluid Level - Full Line" shall be provided on the
Page 33 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
hydraulic fluid reservoir. The reservoir shall also be provided with a vinyl
stripe affixed to the reservoir at the full line. The full line shall be provided
when the cab is in the tilted position, in order to prevent the tank from being
overfilled.
112. MIRRORS
Ramco, Model No. 6000FFR-750, door mount, polished aluminum mirrors
shall be mounted, one (1) on each of the cab doors. The mirrors shall be 9.25"
x 13.50", with a full flat face. An additional convex section shall be bolted to
the top of each mirror. The mirror head shall have a highly polished aluminum
finish.
The flat glass in each mirror shall be adjustable with remote controls that are
convenient to the driver.
The convex section in each mirror shall be adjusted manually.
113. BUMPER
A one (1) piece, ten (10) gauge, 304-2B type polished stainless steel bumper, a
minimum 10.00" high shall be attached to a bolted modular extension frame
constructed of 50,000 psi tensile steel "C" channel mounted directly behind it to
provide adequate support strength.
The bumper shall be extended 13.00" from front face of cab.
Documentation shall be provided to show that the options selected have been
engineered for fit-up and approval for this modular bumper extension. A chart
shall be provided to indicate the option locations and shall include, but not be
limited to the following options: air horns, mechanical sirens, speakers, hose
trays (with hose capacities), winches, lights, discharge and suction connections.
114. GRAVEL PAN
A gravel pan, constructed of bright aluminum treadplate, shall be furnished
between the bumper and cab face. The gravel pan shall be properly supported
from the underside to prevent flexing and vibration of the aluminum treadplate.
115. HOSE TRAY (right side)
A hose tray shall be placed in the right side of the extended bumper.
The tray shall have a capacity of 100' of 1.00" forestry.
Black rubber grating shall be provided at the bottom of the tray. Drain holes
shall be provided.
116. TOW EYES
Two (2) chromed steel tow eyes shall be installed under the bumper and
attached to the front frame members. The inner and outer edges of the tow eyes
shall have a 0.25 radius.
The tow eyes shall be designed and positioned to allow up to a 6,000 pound
straight horizontal pull in line with the centerline of the vehicle. The tow eyes
shall not be used for lifting of the apparatus.
Page 34 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
117. CAB INTERIOR
The cab instrument panel shall be padded and covered with 46 ounce, leather
grain vinyl, resistant to oil, grease and mildew.
The door panels shall be covered with a high impact ABS plastic.
The cab dash fascias shall be a wrap-around design to provide easy access of
controls and shall be constructed out of high impact ABS plastic.
The headliner shall be installed in both forward and rear cab sections.
Headliner material shall be vinyl. A sound barrier shall be part of its
composition. Material shall be installed on aluminum sheet and securely
fastened to interior cab ceiling.
Forward portion of cab headliner shall provide easy access for servicing
electrical wiring or for other maintenance needs without removing the entire
unit.
118. CAB INTERIOR UPHOLSTERY
The cab interior upholstery shall be black.
119. CAB INTERIOR PAINT
The cab interior metal surfaces shall be painted to match the cab exterior color.
120. GRAB HANDLE
A black rubber covered grab handle shall be mounted on the door post of the
driver's side cab door to assist in entering the cab. The grab handle shall be
securely mounted to the post area between the door and windshield.
A long rubber grab handle shall be mounted on the dash board in front of the
officer.
121. DRIVER’S SEAT
A Seats Inc. #911 Magnum 100 "knee-action" air-ride style seat with high-back
shall be provided in the cab for the driver.
The seat shall have 3.00" of height adjustment, in addition to the "knee-action"
suspension.
The driver's seat shall be furnished with three (3)-point shoulder type seat belt.
The seat belt shall be furnished with automatic retractor. Extension shall be
provided with the seat belt so the male end can be easily grasped and the female
end easily located while sitting in a normal position.
122. DRIVER’S SEAT COMPARTMENT
A vertically hinged access door, constructed of smooth aluminum, shall provide
access to the compartment located under the driver air ride seat. The door shall
include a chrome plated lift and turn latch.
123. OFFICER’S SEAT
A Seats Incorporated 911 SCBA seat with high-back shall be provided in the
cab for the officer. The SCBA cavity shall be adjustable front to rear in 0.50"
increments to accommodate different size SCBA bottles.
Page 35 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Moving the SCBA cavity shall be accomplished by unbolting, relocating and
rebolting in the desired location.
The officer seat shall be furnished with three point shoulder type seat belts. The
seat belts shall be furnished with automatic retractors. Extensions shall be
provided with the seat belts so the male end can be easily grasped and the
female end easily located while sitting in a normal position.
124. OFFICER’S SEAT COMPARTMENT
A radio compartment shall be provided under the officer's seat.
The inside compartment dimensions shall be 17.63" deep x 15.75" across x
11.75" high, with the back of compartment angled in slightly on the lower back
section.
A drop-down door with a chrome plated lift and turn latch shall be provided for
access.
The compartment shall be constructed of smooth aluminum and painted to
match the cab interior.
125. FORWARD FACING CREW CAB SEATS
Two (2) forward facing, Seats Incorporated 911 non-SCBA seats shall be
provided in the center positions, against the cab rear wall.
The seats shall consist of two (2) separate high back cushions and two (2)
separate seat bottom cushions. Each seat bottom cushion shall be mounted with
a hinge on the front side to allow access to the seat riser compartment. A
butterfly latch shall be provided between the seats, and a gas cylinder shall be
provided to hold the seats up when required.
Seats shall be furnished with three (3) point shoulder type seat belts. The seat
belts shall be furnished with automatic retractors. Extensions shall be provided
with the seat belts so the male end can be easily grasped and the female end
easily located while sitting in a normal position.
Two (2) forward facing Seats Incorporated 911 fold-up SCBA, style seats shall
be provided in the furthest outboard positions, against the cab rear wall. The
SCBA cavity in each seat shall be adjustable front to rear in 0.50" increments to
accommodate different size SCBA bottles.
Moving the SCBA cavity shall be accomplished by unbolting, relocating and
rebolting in the desired location.
Seats shall be furnished with three (3) point shoulder type seat belts. The seat
belts shall be furnished with automatic retractors. Extensions shall be provided
with the seat belts so the male end can be easily grasped and the female end
easily located while sitting in a normal position.
Page 36 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
126. LOUVERS
A louver shall be provided at each side of the forward facing seat riser.
127. SCUFFPLATE
An aluminum 4-way scuffplate shall be provided on the rear facing seat riser,
vertical surface. Scuffplate shall be 8.00" high x 90.00" wide. A 1.00" x 2.00"
stainless steel angle along the entire top edge shall also be provided.
128. SEAT UPHOLSTERY
All seat upholstery shall be black and black speckled Imperial 1200-type
material. The cab shall have six (6) seating positions.
129. SEAT BELTS
All seating positions in cab and crew cab shall have red seat belts.
130. SEAT BELT INDICATOR LIGHT
The seat belt not stowed light and alarm shall be designed so a seat must be
occupied and the respective seat belt not buckled to activate the alerts.
A red indicator light located on the cab gauge panel shall be furnished. The
indicator light and alarm shall operate as follows when an occupant is not
buckled.
Parking brake engaged:
 The indicator light shall be active (steady)
 The audible alarm shall be inactive
 The Seat Belt Screen shall indicate the position(s) of unbelted
occupants (manual selection of the Seat Belt Screen is required)
Ignition switch on and parking brake disengaged:
 Flash for the first 30 seconds
 Remain active (not flashing) for the next 60 seconds
 Continue by flashing quickly for 5 seconds at every 30-second interval
until all occupants seat belts are buckled.
The Seat Belt Screen shall indicate the seat position(s) of any occupant whose
seat belt is not buckled. If a “Do Not Move Truck” condition does not exist, the
Seat Belt Screen shall activate automatically.
An audible alarm shall chime quickly whenever the indicator light flashes
quickly.
The alarm shall repeat this process until all occupants are buckled
The indicator light and alarm shall deactivate when all occupants seat belts are
buckled.
There shall be six (6) seats that contain the seat belt not buckled feature.
131. AIR BOTTLE HOLDERS
All SCBA (Self Contained Breathing Apparatus) type seats in the cab shall have
Page 37 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
a Ziamatic brand, model QLM-U-LSPR SCBA holder mounted in each
backrest. A "left shoulder pull release kit" remote lanyard release shall be
provided on each bracket.
This bracket shall accommodate all diameter bottles.
There shall be a quantity of three (3).
132. ENGINE COMPARTMENT LIGHT
An engine compartment light shall be installed under the engine hood, of which
the switch is an integral part. Light shall have a .125" diameter deep hole in its
lens to prevent moisture retention.
133. CAB INTERIOR LIGHTING
Auxiliary lights shall be provided in the cab and consisting of:
1. Two (2) Weldon, Model 8081-6978-68, Red/Clear dome light located,
one (1) on the officer side and one (1) on the driver side, controlled by
the following:
 Clear forward light controlled by the door switch and the lens
switch.
 Red rearward light controlled by the lens switch.
2. Two (2) Adjustable Map Lights: With switches mounted on the cab
ceiling
A Courtesy Light at Each Door Opening: Controlled by automatic door
switches.
134. CREW CAB INTERIOR LIGHTING
Auxiliary lights shall be provided in the crew cab and consist of:
1. Four (4) Weldon, Model 8081-6978-68, Red/Clear dome lights located
two (2) each side, controlled by the following:
 Clear forward lights controlled by the door switch and the lens
switch.
 Red rearward lights controlled by the lens switch.
A courtesy light at each door opening, controlled by automatic door switches
135. CAB HEATER
There shall be a 40,000 BTU heater in the cab located below the right side cab
dash. The heater/defroster ventilation shall be built into the design of the cab
dash instrument panel. The heater ducts shall be vented in a manner to provide
heat directed towards the officer and the driver. The defroster ducts shall be
designed to provide maximum defrosting capabilities for the windshield.
Adjustable defroster louvers shall be provided for directing airflow to the side
cab door windows.
Heater defroster controls shall be located on the cab dash within easy reach of
the driver.
136. AIR CONDITIONING
A high performance air conditioning system shall be furnished inside the cab
and crew cab.
Page 38 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The air conditioning system shall perform as follows:
In 100 degree Fahrenheit ambient temperature, with 50 percent relative
humidity and at 1200 engine RPM, the cab and crew cab shall cool down to 72
degrees Fahrenheit within 30 minutes. Actual test results from the
manufacturer of the air conditioning system verifying this performance
requirement shall be submitted with the bid.
A 12.6 cubic inch compressor shall be installed on the engine.
A roof mounted condenser with adequate BTU to meet the performance
specification, shall be installed on the cab roof. Condenser mounting below the
cab or body is not acceptable.
Two (2) evaporator units shall be installed in the cab, located in the
following locations:
 One (1) in the cab dash, just to the front of the officer
 One (1) in the crew cab, mounted to ceiling
The evaporator units shall have an adequate BTU rating to meet the
performance specifications.
The air conditioning system shall have adjustable air outlets incorporated into
the cab dash at both the driver and officer positions. The evaporator unit in
the crew cab shall have adjustable air outlets located directly on the evaporator
unit.
The air conditioner refrigerant shall be R-134A, installed by a certified
technician.
137. INTERIOR CAB INSULATION
The cab and crew cab walls shall be insulated with 2.00" insulation where possible
and the roof with 1.00" insulation to aid in cooling.
The insulation shall be covered with a vinyl liner or a metal panel painted to
match the interior.
138. CAB INSTRUMENTATION
Instrument panel controls and switches shall be identified as to function by
imprinted labels adjacent to each item. Actuation of the headlight switch shall
illuminate ("back light") wording for after dark operation.
To avoid confusion, warning indicators shall be (where possible) the "dead
front" type, meaning the warning light and warning light word identification
does not show up unless it is necessary.
Instrument panel gauges, vehicle lights and other electrical accessories shall use
properly sized wiring to accommodate expected current load. Wiring shall
Page 39 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
meet SAE J-1128 specifications for high temperature (250 degrees Fahrenheit
min.) conditions and be color, number and function coded.
Cab instruments and controls shall be conveniently located within the forward
cab section. Gauges and emergency vehicle switches shall be installed on
removable panels for ease of service.
139. GAUGE PANEL
The following gauges and controls shall be furnished:
1) Voltmeter gauge, which includes the following:
 Low volts (11.8 VDC) - Amber caution indicator on the information
center with intermittent alarm. Amber check gauge light on indicator
light display.
 High volts (15 VDC) - Amber caution indicator on the information
center with intermittent alarm. Amber check gauge light on indicator
light display.
 Very low volts (11.3 V) - Red warning indicator on the information
center with a steady tone alarm. Amber check gauge light on indicator
light display.
 Very high volts (16 VDC) - Red warning indicator on the information
center with a steady tone alarm.
Amber check gauge light on indicator light display.
2) Engine Tachometer
3) Fuel gauge, which includes the following:
 Low fuel (1/8 full) to activate an amber caution light and intermittent
tone alarm.
 Very low fuel (1/32 full) to activate a red warning light and steady tone
alarm.
 Amber check gauge light on indicator light display.
4) Apparatus Speedometer/odometer
5) Engine Oil pressure Gauge, which includes the following:
 Low oil pressure to activate engine warning lights and alarms.
6) Air Pressure Gauges, which include the following:
 Two (2) gauges, one (1) for the front and the other for the rear brake
pressure.
 Low air pressure to activate a red warning light and a steady tone alarm.
 Amber check gauge light on indicator light display.
7) Transmission Oil Temperature Gauge, that includes the following:
 High transmission oil temperature activates a red warning light.
 High transmission oil temperature activates a steady tone alarm.
Page 40 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
 Amber check gauge light on indicator light display.
8) Engine Coolant Temperature Gauge, which includes the following:
 High engine temperature activates an engine warning light and alarms
 Amber check gauge light on indicator light display.
9) Left Directional Activated Indicator Light (amber).
10) Right Directional Activated Indicator Light (amber).
11) High Beams Activated indicator Light (blue).
12) High Air Restriction Warning Indicator Light (electronic).
13) Ammeter.
14) An electronic alarm shall sound any time the cab is being raised or lowered.
The alarm shall be provided at the driver's side battery box.
140. AUDIBLE ALARMS
1) Pulsing or intermittent caution alarm.
2) Steady tone warning alarm.
3) Holding the ignition switch at the top position for 3-5 seconds shall silence
any active audible alarms. For improved safety, silenced audible alarms shall
intermittently chirp every 30 seconds until the alarm conditions no longer exist.
The intermittent chirp shall act as a reminder to the operator that a caution or
warning condition still exists. For added convenience, any new warning or
caution condition shall enable the steady or pulsing tones respectively.
141. CONTROLS
1) Ignition/Stop Switch.
 Red indicator light activates with the battery switch.
 Ignition Activated indicator light (green)
2) Engine Start Switch, Momentary.
 Red indicator light activates with the battery switch.
3) Heater and Defroster Controls.
4) Headlight/Parking Light Switch, 3 position progressive switch:
 First switch position deactivates all parking lights and headlights
 Second position activates the parking lights.
 Third switch position activates the headlights.
5) Panel Dimmer:
 Up position increases panel backlighting
 Down position decreases panel backlighting.
Page 41 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
6) Turn signal arm to include the following controls:
 Self Canceling Turn Signal.
 Headlight. High Beam Switch.
 High-Low and Intermittent Wiper Control.
7) Hazard Switch incorporated into the steering column.
8) Emergency Warning Light Control Panel.
9) Parking Brake Control.
10) Horn Button Control: Center of steering wheel.
11) Indicator light display includes the following if applicable:
Left side:
DPF, Engine Diesel Particulate Filter Regeneration Mode (amber)
Check Gauges (amber).
Air Inlet Heater (amber)
Regeneration Inhibit (amber)
Low Coolant (amber)
Transmission Temperature (amber)
Center:
HEST High Exhaust Temperature (amber)
Seat Belt not fastened (amber)
Check Engine (amber)
ABS Antilock Brake System (amber)
Battery On (green)
Check Transmission (amber)
Right Side:
MIL Malfunction Indicator Light (amber)
Parking Brake Set (red)
Stop Engine (red)
ATC Automatic Traction Control Activated (amber). This light shall
also come on if ESC is activated.
Air Restrictor (amber)
142. INDICATOR LIGHT AND ALARM PROVE-OUT
A system shall be provided which automatically tests basic indicator lights and
alarms located on the cab instrument panel.
143. DIAGNOSTIC PANEL
A diagnostic panel shall be accessible while standing on the ground and located
inside the driver’s side door left of the steering column. The diagnostic panel
Page 42 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
144.
145.
146.
147.
Requirements List
shall allow diagnostic tools such as computers to connect to various vehicle
systems for improved troubleshooting providing a lower cost of ownership.
Diagnostic switches shall allow engine and ABS systems to provide blink codes
should a problem exist. The diagnostic panel shall include the following:
 Engine diagnostic port
 Transmission and ABS diagnostic port
 Roll sensor diagnostic port
 Command Zone USB diagnostic port
 Engine diagnostic switch (blink codes)
 ABS diagnostic switch (blink codes)
CAB DISPLAY
A display shall be mounted in the driver side of the cab within easy reach of the
driver.
SWITCHES
There shall be locations for up to 10 panels located in the cab to house switches
for options. The panels are located in the following areas:
 Driver Side Overhead 3
 Officer Side Overhead 3
 Driver Side Lower 4
 Refer to the Switching, Cab Instrument and Overhead option for further
information.
INDICATOR LIGHTS FOR HORN SELECTOR SWITCH
Indicator lights shall be installed on the instrument panel to show the air
horn/electric horn selector switch location.
RADIO WITH CD PLAYER AND REMOTE
An AM/FM stereo radio, with compact disc player w/USB input with the
minimum following specifications shall be included :
Audio
 4-channel high power amp (45W x 4 speakers, max)
 2V rear channel preamp-out (low impedance 200 ohms)
 Loudness, muting
CD Player
 Playback compatible with digital audio CD-R (when disc is finalized)
 Hologram pickup
 One-chip digital circuit
 1-bit 4-DAC digital-to-analog conversion
 Multi-stage noise shaping
 Digital servo optical control
 12-track direct access, track scan, search, repeat, and random play
 Anti-shock floating mechanism
 Auto loading mechanism
 Frequency Response (+/- 1dB) - 20Hz-20kHz
 S/N Ratio - 96dB
 THD (1kHz) - 0.01%
 Channel Separation (1kHz) - 75dB
Page 43 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Radio










Alphatuner V
18 FM channels and 6 AM channels preset with preset scan
Auto preset memory followed by auto scan
FM Optimizer (FMO), Adaptive FM Front End (AFE), and Impulse
Noise Quieting (INQ)
AM Usable Sensitivity (S/N 20dB) - 28dB
FM Usable Sensitivity (75 ohms, S/N 30dB) - 11dBf
50 dB Quieting Sensitivity (75 ohms) - 15.2 dBf
Alternate Channel Selectivity - 75dB
Stereo Separation (1kHz) - 42dB
S/N Ratio (FM mono) - 70 dB
Display and other features
 Level Meters
 Open face CD access
 Removable faceplate with flashing warning light
 Wireless remote control
 Built-in quartz clock
The compact disc stereo radio shall be mounted within reach of the officer.
The quantity and location of the speakers shall be one (1) pair of 5.25" speakers
located in the cab and one (1) pair of 5.25" speakers located in the crew cab.
The type and location of the antenna shall be a roof-mounted rubber antenna
located in an open space, on the cab roof.
148. SWITCH PANELS
The emergency light switch panel shall have a master switch for ease of use
plus individual switches for selective control. Each switch panel shall contain
eight (8) membrane-type switches each rated for one million (1,000,000) cycles.
Documentation shall be provided by the manufacturer indicating the rated cycle
life of the switches. The switch panel(s) shall be located on the driver side
overhead to allow for easy access. For ease of use, an additional emergency
light master switch shall be located to the left of the steering column below the
gauge panel and work in conjunction with all other emergency master switches.
The switches shall be membrane-type and also act as an integral indicator light.
For quick, visual indication the entire surface of the switch shall be illuminated
white whenever backlighting is activated and illuminated red whenever the
switch is active. For ease of use, a 2-ply, scratch resistant laser engraved
Gravoply label indicating the use of each switch shall be placed in the center of
the switch. The label shall allow light to pass through the letters for ease of use
in low light conditions.
149. ELECTRICAL POWER CONTROL SYSTEM
The primary power distribution shall be located behind the driver's seating
Page 44 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
position and be easily accessible for simplified maintenance and
troubleshooting. Additional electrical distribution centers shall be provided
throughout the vehicle to house the vehicle's electrical power, circuit protection,
and control components. The electrical distribution centers shall be located
strategically throughout the vehicle to minimize wire length. For ease of
maintenance, all electrical distribution centers shall be easily accessible. All
distribution centers containing fuses, circuit breakers and/or relays shall be
accessible without the need for additional tools.
Distribution centers located throughout the vehicle shall contain battery
powered studs for customer installed equipment thus providing a lower cost of
ownership.
Circuit protection devices, which conform to SAE standards, shall be utilized to
protect electrical circuits. All circuit protection devices shall be rated per
NFPA requirements to prevent wire and component damage when subjected to
extreme current overload. General protection circuit breakers shall be Type-I
automatic reset (continuously resetting). When required, automotive type fuses
shall be utilized to protect electronic equipment. Control relays and solenoid
shall have a direct current rating of 125% of the maximum current for which the
circuit is protected per NFPA.
150. SOLID-STATE CONTROL SYSTEM
A solid-state electronics based control system shall be utilized to achieve
advanced operation and control of the vehicle components. A fully
computerized vehicle network shall consist of electronic modules located near
their point of use to reduce harness lengths and improve reliability. The control
system shall comply with SAE J1939-11 recommended practices.
The control system shall operate as a master slave system whereas the main
control module instructs all other system components. The system shall contain
software that maintains critical vehicle operations in the unlikely event of a
main controller error. The system shall utilize a Real Time Operating System
(RTOS) fully compliant with OSEK/VDX™ specifications providing a lower
cost of ownership.
For increased reliability and simplified use the control system modules shall
include the following attributes:
 Green LED indicator light for module power
 Red LED indicator light for network communication stability status
 Control system that self tests continually throughout vehicle operation
 No moving parts due to transistor logic
 Software logic control for NFPA mandated safety interlocks and
indicators
 Integrated electrical system load management without additional
components
 Integrated electrical load sequencing system without additional
components
Page 45 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
 Customized control software to this vehicle's configuration
 Factory and field programmability program accommodations to the
vehicles operating parameters
 USB connection to the main control module for troubleshooting and
programming
To assure long life and operation in a broad range of environmental conditions,
the solid-state control system modules shall meet the following specifications:
 Module circuit board shall meet SAE J771 specifications.
 Operating temperature from -40C to +70C
 Storage temperature from -40C to +70C
 Vibration to 50g
 IP67 rated enclosure
 Totally protected against dust
 Totally protected against the effect of temporary immersion between 15
centimeters and 1 meter
 Operating voltage from 8 volts to 16 volts DC
The main controller shall activate status indicators and audible alarms designed
to provide warning of problems before they become critical.
151. CIRCUIT PROTECTION AND CONTROL DIAGRAM
Copies of all job-specific, computer network input and output (I/O) connection
shall be provided with each chassis. The Sheets shall indicate the function of
each module connection point, circuit protection information (where
applicable), wire numbers, wire colors and load management information.
152. ON-BOARD ADVANCED/VISUAL ELECTRICAL SYSTEM
DIAGNOSTICS
The on-board information center shall include the following diagnostic
information:
 Text description of active warning or caution alarms
 Simplified warning indicators
 Amber caution light with intermittent alarm
 Red warning light with steady tone alarm
All control system modules, with the exception of the main control module,
shall contain on-board visual diagnostic LEDs that assist in troubleshooting.
The LEDs shall be enclosed within the sealed, transparent module housing near
the face of the module. One LED for each input or output shall be provided and
shall illuminate whenever the respective input or output is active. Color coded
labels within the modules shall encompass the LEDs for ease of identification.
The LED indicator lights shall provide point of use information for reduced
troubleshooting time without the need for an additional computer.
153. ADVANCED DIAGNOSTICS
An advanced, Windows-based, diagnostic software program shall be provided
for this control system. The software shall provide troubleshooting tools to
service technicians equipped with an IBM compatible computer.
Page 46 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The service and maintenance software shall be easy to understand and use, have
the ability to view system input/output (I/O) information, and include a USB
cable for connection from a computer to the vehicle.
154. INDICATOR LIGHT AND ALARM PROVE-OUT SYSTEM
A system shall be provided which automatically tests basic indicator lights and
alarms located on the cab instrument panel.
155. VOLTAGE MONITOR SYSTEM
A voltage monitoring system shall be provided to indicate the status of the
battery system connected to the vehicle's electrical load. The system shall
provide visual and audible warning when the system voltage is below or above
optimum levels.
The alarm shall activate if the system falls below 11.8 volts DC for more than
two (2) minutes.
156. DEDICATED RADIO EQUIPMENT CONNECTION POINTS
There shall be four (4) studs provided in the primary power distribution center
located on top of the engine tunnel for the two-way radio equipment.
The studs shall consist of the following:
 12-volt 40-amp battery switched power
 12-volt 100-amp ground
 12-volt 60-amp ignition switched power
 2-volt 60-amp direct battery power
157. ENHANCED SOFTWARE
The solid-state control system shall include the following software
enhancements:
 Cab and crew cab dome lights shall remain on for 10 seconds for
improved visibility after the doors close and shall dim after 10 seconds
or immediately if the vehicle is put into gear.
 All perimeter lights and scene lights (where applicable) shall be
deactivated when the parking brake is released
 Cab and crew cab perimeter/step lights shall remain on for 10 seconds
for improved visibility after the doors close and shall dim after 10
seconds or immediately if the vehicle is put into gear.
158. EMI/RFI PROTECTION
To prevent erroneous signals from Crosstalk contamination and interference,
the electrical system shall meet, at a minimum, SAE J551/2, thus reducing
undesired electromagnetic and radio frequency emissions. An advanced
electrical system shall be used to insure radiated and conducted electromagnetic
interference (EMI) or radio frequency interference (RFI) emissions are
suppressed at their source.
The apparatus shall have the ability to operate in the electromagnetic
environment typically found in fire ground operations to ensure clean
operations. The electrical system shall meet, without exceptions,
electromagnetic susceptibility conforming to SAE J1113/25 Region 1, Class C
EMR for 10KHz-1GHz to 100 Volts/Meter. The vehicle OEM, upon request,
Page 47 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
shall provide EMC test results from the original test vehicle and shall certify
that the vehicle meets SAE J551/2 and SAE J1113/41 Region 1, Class 4 EMR
for 15KHz 950MHz requirements.
EMI/RFI susceptibility shall be controlled by applying appropriate circuit
designs and shielding. The electrical system shall be designed for full
compatibility with low-level control signals and high-powered two-way radio
communication systems. Harness and cable routing shall be given careful
attention to minimize the potential for conducting and radiated EMI/RFI
susceptibility.
159. INFORMATION CENTER
An information center employing a 7” diagonal color LCD display shall be
encased in an ABS plastic housing.
The information center shall have the following specifications:
1. Operate in temperatures from -40 to 185 degrees F
2. An Optical Gel shall be placed between the LCD and protective lens
3. Five weather resistant user interface switches
4. Black enclosure with gray decal
5. Sunlight Readable
6. Linux operating system
7. Minimum of 400nits rated display
160. OPERATION
The information center shall be designed for easy operation for everyday
use.
The page button shall cycle from one screen to the next screen in a
rotating fashion.
A video button shall allow a NTSC signal into the information center to
be displayed on the LCD. Pressing any button while viewing a video
feed shall return the information center to the vehicle information
screens.
A menu button shall provide access to maintenance, setup and diagnostic
screens.
All other button labels shall be specific to the information being viewed.
161. GENERAL SCREEN DESIGN
Where possible, background colors shall be used to provide “At a Glance”
vehicle information. If information provided on a screen is within acceptable
limits, a green background shall be used. If a caution or warning situation arises
the following shall occur:
1. An amber background/text color shall indicate a caution condition.
2. A red background/text color shall indicate a warning condition.
Every screen shall include the following:
Page 48 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
1. Exterior Ambient Temperature
2. Time (12 or 24 hour mode)
Text Alert Center:
1. The information center shall utilize an “Alert Center” to display text
messages for audible alarm tones. The text messages shall be written to
identify the item(s) causing the audible alarm to sound. If more then
one (1) text message occurs, the messages shall cycle every second
until the problem(s) have been resolved. The background color for the
“Alert Center” shall change to indicate the severity of the “warning”
message. If a warning and a caution condition occur simultaneously, the
red background color shall be shown for all alert center messages.
2. Button Labels: A label for each button shall exist. The label shall
indicate the function for each active button for each screen. Buttons
that are not utilized on specific screens shall have a button label with no
text.
162. PAGE SCREENS
The Information center shall include the following screens:
Load Manager Screen: A list of items to be load managed shall be provided.
The list shall provide:
1. Description of the load
2. Individual load shed priority: The lower the priority number the earlier
the device shall be shed should a low voltage condition occur.
3. Load Status: The screen shall indicate if a load has been shed (disabled)
or not shed.
4. “At a Glance” color features are utilized on this screen
Do Not Move Truck: The Do Not Move Truck screen shall indicate the
approximate location and type of item that is open or is not stowed for travel.
The actual status of the following devices shall be indicated:
1. Driver Side Cab Door
2. Passenger's Side Cab Door
3. Driver Side Crew Cab Door
4. Passenger's Side Crew Cab Door
5. Driver Side Body Doors
6. Passenger's Side Body Doors
7. Rear Body Door(s)
8. Ladder Rack (if applicable)
9. Deck Gun (if applicable)
10. Light Tower (if applicable)
11. Hatch Door (if applicable)
12. Stabilizers (if applicable)
13. Steps (if applicable)
14. Any other device that is opened, extended, or deployed that creates a
hazard or is likely to cause damage to the apparatus if the apparatus is
moved shall cause an “Alert Center” message if the parking brake is
Page 49 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
disengaged.
Chassis Information: The following information shall be shown:
1. Engine RPM
2. Fuel Level
3. Battery Voltage
4. Engine Coolant Temperature
5. Engine Oil Pressure
6. “At a Glance” color features are utilized on this screen
Active Alarms List: This screen shall show a list of all active text messages.
The list items text shall match the text messages shown in the “Alert Center”.
The date and time the message occurred is displayed with each message in the
list.
163. MENU SCREENS
The following screens shall be available through the Menu button:
View System Information: A detailed list of vehicle information:
- Battery Volts
- Pump Hours
- Transmission Oil Temperature
- Pump Engaged
- Engine Coolant Level
- Engine Oil Level
- Oil level shall only be shown when the engine is not running
- Power Steering Level
Set Display Brightness:
- Brightness: Increase and decrease
- Default setting button
Configure Video Mode:
- Set Video Contrast
- Set Video Color
- Set Video Tint
Set Startup Screen:
- Choose the screen that shall be active at vehicle power-up
Set Date & Time:
- 12 or 24 hour format
- Set time
- Set date
View Active Alarms:
- Shows a list of all active alarms
- Date and time of the occurrence is shown with each alarm
- Silence alarms
Page 50 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
- All alarms are silenced
System Diagnostics:
- Module type and ID number
- Module version
- Module diagnostics information:
- Input or output number
- Circuit number connected to that input or output
- Circuit name (item connected to the circuit)
- Status of the input or output
- Power and Constant Current module diagnostic
information
Button functions and button labels may change with each screen.
164. INTERCOM SYSTEM
A seven (7) position David Clark, model U3800 intercom system with radio
interface at three (3) positions shall be provided.
- Driver position shall have radio interface capability
- Officer position shall have radio interface capability
- Pump operator shall have radio interface capability
- Four (4) crew seats shall have intercom only two (2) forward facing
seats and two (2) rearward facing seats.
The following components shall be supplied with this system.
- One (1)-U3800 Intercom Unit (2 Crew)
- One (1)-U3815 Radio Interface Module (Driver)
- One (1)-U3811 Radio Interface Modules (Officer)
- Two (2)-U3802 Intercom only (2 Crew)
- One (1)-U3815A Radio Interface Module (Pump panel)
- One (1)-H3341 Single Receiver Headset (Driver)
- Five (5)-H3342 Dual Receiver Headset (Officer 4 Crew)
- One (1)-C3023 Belt Station (Pump Panel)
- One (1)-C3820 Power Cable.
- Six (6)-Headset Hangar Hooks
Page 51 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
165.
166.
167.
168.
169.
Requirements List
The system shall also be provided with all interconnect cables and radio
interface cables.
ADDITIONAL ITEMS, INTERCOM
one (1) following items shall be added as directed at pre-construction:
- (2) PTT Switches (P/N 1249182)
- (2) Guards for switches (P/N 1249184)
- (2) Connectors (P/N 63-0986)
TWO WAY RADIO INSTALLATION
There shall be two (2) customer supplied two way radios sent to the apparatus
manufacturers preferred radio installer. A to be determined radio make/model
and radio interface cables shall be installed at remote heads to be installed in
overhead panel above officer and wired into intercom system if required.
CUSTOMER FURNISHED MOBILE TWO-WAY RADIO
INSTALLATION
There shall be five (5) radio chargers customer supplied to the manufacturer for
installation. The customer supplied radio chargers shall be installed at to be
determined at pre-construction.
BATTERY SYSTEM
Six (6) Delphi 12 volt, 700 CCA (Cold Cranking Amp), 180 reserve capacity,
high cycle, maintenance-free group 31 batteries with a system rating of 4200
CCA at 0 degrees Fahrenheit and 1080 minutes of reserve capacity. The
batteries shall be provided with threaded posts.
BATTERY SYSTEM
A single starting system shall be provided.
An ignition switch and starter button shall be located on the instrument panel.
170. MASTER BATTERY SWITCH
A master battery switch, to activate the battery system, shall be provided inside
the cab within easy reach of the driver.
An indicator light shall be provided on the instrument panel to notify the driver
of the status of the battery system.
171. BATTERY COMPARTMENTS
Batteries shall be placed on non-corrosive mats and be stored in well ventilated
compartments located under the cab.
Heavy-duty battery cables shall be used to provide maximum power to the
electrical system. Cables shall be color coded.
Battery terminal connections shall be coated with anti-corrosion compound.
Battery solenoid terminal connections shall be encapsulated with semipermanent rubberized compound.
172. JUMPER STUDS
One (1) set of battery jumper studs with plastic color coded covers shall be
installed on the front side of battery box on driver’s side. This shall allow
enough room for easy jumper cable access. A tag shall be provided for
Page 52 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
positive/negative terminals.
173. ALTERNATOR
A C.E. Niehoff, model C619, alternator shall be provided. It shall have a rated
output current of 340 amp as measured by SAE method J56. Also, it shall have
a custom three (3)-set point voltage regulator, manufactured by C. E. Niehoff.
The alternator shall be connected to the power and ground distribution system
with heavy-duty cables sized to carry the full rated alternator output.
174. RADIO ANTENNA MOUNTS
There shall be four (4) antenna mounting bases, Model MATM with 25 feet of
coax cable and weatherproof caps provided.
The mounts shall be located two (2) a minimum of 18" behind the lightbar and
spaced evenly apart side to side, the other two (2) shall be 20" behind the front
two and in line with them side to side.
The cable shall be routed three (3) to the overhead panel above the officer. One
is for 800 Mhz, one is for VHF and one is for a "spare". The fourth should be
terminated to below the center console above the engine tunnel (this will be
used for their MDC/GPS).
175. FIRST SPARE CIRCUIT
There shall be three (3) pair of wires installed. The above wires shall have the
following features:
 Wires shall be connected directly to the battery power.
 Wires shall be protected to 15 amps.
 Power and ground shall end one (1) on the far right side of the dash
panel on the passenger's side and two (2) at the end of the instrument
console below the cup holders.
 Termination shall be with 15 amp, power point plug/s.
 Wires shall be sized to 125% of the protection.
176. SECOND SPARE CIRCUIT
There shall be four (4) pair of wires installed. The above wires shall have the
following features:
 Wires shall be connected directly to the battery power.
 Wires are protected to 20 amps.
 Power and ground will end on the engine tunnel, one (1) each side and
one (1) to the inside of each forward facing crew cab seat.
 Termination is with heat shrinkable butt splicing.
 Wires shall be sized to 125% of the protection.
177. ELECTRONIC LOAD MANAGER
An electronic load management (ELM) system shall be provided that monitors
the vehicles 12-volt electrical system, automatically reducing the electrical load
in the event of a low voltage condition, and automatically restoring the shed
electrical loads when a low voltage condition expires. This ensures the integrity
of the electrical system.
The system shall include the following features:
1. System voltage monitoring.
Page 53 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
2. A shed load shall remain inactive for a minimum of five minutes to
prevent the load from cycling on and off.
3. Sixteen available electronic load shedding levels.
4. Priority levels can be set for individual outputs.
5. High Idle will activate before any electric loads are shed and deactivate
with the service brake.
If enabled:
1. “Load Man Hi-Idle On” shall display on the information center.
2. Hi-Idle shall not activate until 30 seconds after engine start up.
3. Individual switch "on" indicator to flash when the particular load has
been shed.
4. The information center indicates system voltage.
The information center includes a "Load Manager" screen indicating the
following:
1. Load managed items list, with priority levels and item condition.
Individual load managed item condition:
2. ON = not shed
3. SHED = shed
178. SEQUENCER
A sequencer shall be provided that automatically activates and deactivates
vehicle loads in a preset sequence thereby protecting the alternator from power
surges. This sequencer operation shall allow a gradual increase or decrease in
alternator output, rather than loading or dumping the entire 12 volt load to
prolong the life of the alternator.
Emergency light sequencing shall operate in conjunction with the emergency
master light switch. When the emergency master switch is activated, the
emergency lights shall be activated one by one at half second intervals.
Sequenced emergency light switch indicators shall flash while waiting for
activation.
When the emergency master switch is deactivated, the sequencer shall
deactivate the warning light loads in the reverse order.
Sequencing of the following items shall also occur, in conjunction with the
ignition switch, at half second intervals:
1. Cab Heater and Air Conditioning
2. Crew Cab Air Conditioning (if applicable)
179. AMP DRAW REPORT – (NO EXCEPTIONS)
The bidder shall provide, at the time of bid and delivery, an itemized print out
of the expected amp draw of the entire vehicle's electrical system. FAILURE
TO COMPLY WITH THIS REQUIREMENT WILL AUTOMATICALLY
DISQUALIFY THE BID.
Page 54 of 118
N/A
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
The manufacturer of the apparatus shall provide the following:
1) Documentation of the electrical system performance tests.
2) A written load analysis, which shall include the following:
A) The nameplate rating of the alternator.
B) The alternator rating under the conditions specified per:
Applicable NFPA 1901 or 1906 (Current Edition).
C) The minimum continuous load of each component that is specified
per:
Applicable NFPA 1901 or 1906 (Current Edition).
D) Additional loads that, when added to the minimum continuous load,
determine the total connected load.
E) Each individual intermittent load.
All of the above listed items shall be provided by the bidder per the applicable
NFPA 1901 or 1906 (Current Edition).
180. EXTERIOR LIGHTING
Exterior lighting shall meet or exceed Federal Department of Transportation,
Federal Motor Vehicle Safety Standards and National Fire Protection
Association requirements in effect at time of proposal.
Front headlights shall be halogen, round, two (2) mounted in each front trim
housing.
The directional lights shall wrap-around on the outside corners of the trim
housing. The headlights and directional lights shall be in the same housing
assembly. An additional directional/marker combination light shall be located
on each side of cab behind the bumper.
Five (5) clearance lights and marker lights shall be installed in the "eye brow"
trim above the windshields. The lights shall be Grote, SuperNova, amber LED
lamps.
181. FRONT LOWER ZONE WARNING LIGHTS
Four (4) Whelen Model 60*02F*R Super LED lights shall be installed on the
cab face, above the headlights, mounted in common bezels matching the
headlight bezel.
The outside flashing LEDs shall be red Super LED/red lens.
The inside steady burning LEDs shall be red Super LED/red lens.
All of these lights shall be activated by the same switch in the cab.
Page 55 of 118
N/A
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
To meet NFPA requirements, the inside lights shall be disabled if clear when
the parking brake is applied.
182. BACK-UP ALARM
An ECCO, Model SA917-PM2 solid state electronic audible back-up alarm that
actuates when the truck is shifted into reverse shall be provided. The device
shall sound at 60 pulses per minute and automatically adjust its volume to
maintain a minimum five (5) dBa above surrounding environmental noise
levels.
183. MANUAL, FIRE APPARATUS PARTS –Two (2) custom parts manuals for
the complete fire apparatus shall be provided in hard copy with the completed
unit.
The manual shall contain the following:
1. Job number
2. Part numbers with full descriptions
3. Table of contents
4. Parts section sorted in functional groups reflecting a major system,
component, or assembly
5. Parts section sorted in Alphabetical order
6. Instructions on how to locate a part
The manual shall be specifically written for the chassis and body model being
purchased. It shall not be a generic manual for a multitude of different chassis
and bodies.
Only one (1) set of manuals is required for the entire order.
184. CUSTOMER SERVICE INTERNET SITE
A Customer Service website shall be provided which offers the dealer and
customer access to comprehensive information concerning all aspects
pertaining to the maintenance and service of the apparatus.
185. MANUALS, CHASSIS SERVICE –Two (2) chassis service manuals
containing parts and service information on major components shall be
provided with the completed unit.
The manuals shall contain the following sections:
1. Job number
2. Table of contents
3. Troubleshooting
4. Front Axle/Suspension
5. Brakes
6. Engine
7. Tires
8. Wheels
9. Cab
10. Electrical, DC
11. Air Systems
12. Plumbing
Page 56 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
13. Appendix
The manual shall be specifically written for the chassis model being purchased.
It shall not be a generic manual for a multitude of different chassis and bodies.
Only one (1) set of manuals is required for the entire order.
186. MANUALS, CHASSIS OPERATION
Two (2) chassis operation manuals shall be provided.
187. ELECTRICAL WIRING DIAGRAMS
Two (2) electrical wiring diagrams, prepared for the model of chassis and body,
shall be provided.
188. WATER TANK
Booster tank shall have a capacity of 500 gallons and be constructed of
polypropylene plastic by United Plastic Fabricating, Incorporated.
.
Tank joints and seams shall be nitrogen welded inside and out.
Tank shall be baffled in accordance with NFPA Bulletin 1901 requirements.
Baffles shall have vent openings at both the top and bottom to permit movement
of air and water between compartments.
Longitudinal partitions shall be constructed of .38" polypropylene plastic and
shall extend from the bottom of the tank through the top cover to allow for
positive welding.
Transverse partitions shall extend from 4.00" off the bottom of the tank to the
underside of the top cover.
All partitions shall interlock and shall be welded to the tank bottom and sides.
Tank top shall be constructed of .50" polypropylene. It shall be recessed .38"
and shall be welded to the tank sides and the longitudinal partitions.
Tank top shall be sufficiently supported to keep it rigid during fast filling
conditions.
Construction shall include 2.00" polypropylene dowels spaced no more than
30.00" apart and welded to the transverse partitions. Two (2) of the dowels
shall be drilled and tapped (.50" diameter, 13.00" deep) to accommodate lifting
eyes.
A sump that is 8.00" long x 8.00" wide x 6.00" deep shall be provided at the
bottom of the water tank.
Sump shall include a drain plug and the tank outlet.
Page 57 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Tank shall be installed in a fabricated cradle assembly constructed of structural
steel.
Sufficient crossmembers shall be provided to properly support bottom of tank.
Crossmembers shall be constructed of steel bar channel or rectangular tubing.
Tank shall "float" in cradle to avoid torsional stress caused by chassis frame
flexing. Rubber cushions, .50" thick x 3.00" wide, shall be placed on all
horizontal surfaces that the tank rests on.
Stops or other provision shall be provided to prevent an empty tank from
bouncing excessively while moving vehicle.
Mounting system shall be approved by the tank manufacturer.
Fill tower shall be constructed of .50" polypropylene and shall be a minimum of
8.00" wide x 14.00" long.
Fill tower shall be furnished with a .25" thick polypropylene screen and a
hinged cover.
An overflow pipe, constructed of 4.00" schedule 40 polypropylene, shall be
installed approximately halfway down the fill tower and extend through the
water tank and exit to the rear of the rear axle.
189. WATER TANK DESIGN (SPECIAL)
The water tank shall be extended to the rear of the truck, over the rear
compartment.
190. 2.50" TANK DRAIN
A 2.50" tank drain shall be installed with a 2.50" ball valve and tee handle
control. The tee handle control shall be located under the driver's side front
compartment and shall be properly labeled. The valve and control handle shall
be installed in a manner that neither one could be hit during normal operation.
191. BODY MODIFICATION FROM STANDARD
The following body modifications shall be required for the installation of a
single axle air ride suspension.
- Rear compartment shall be 4.00" shorter in depth
- Special water tank mounting required if applicable.
192. HOSE BED
The hose body shall be fabricated of 12-gauge galvanneal steel.
The sides shall not form any portion of the fender compartments.
Hose body width shall be minimum of 68.00" inside.
Page 58 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Upper and rear edges of side panels shall have a double break for rigidity, a
split tube finish shall not be acceptable.
The upper inside area of the beavertails shall be covered with brushed stainless
steel to prevent damage to painted surface when hose is removed.
Flooring of the hose bed shall be removable aluminum grating with the top
surface corrugated to aid in hose aeration. The grating slats shall be a minimum
of .50" x 4.50" with spacing between slats for hose ventilation.
Hose bed shall accommodate shelf area/800' x 5.00"DJ SYN Angus, 500' x
2.50"DJ, 500' x 2.50", DJ 200' x 1.75" Hi combat.
Three (3) adjustable hosebed dividers shall be furnished for separating hose.
Each divider shall be constructed of a .125" brushed aluminum sheet fitted and
fastened into a slotted, 1.50" diameter radiused extrusion along the top, bottom,
and rear edge.
Partition shall be fully adjustable by sliding in tracks, located at the front and
rear of the hose bed.
Divider shall be held in place by tightening bolts, at each end.
Acorn nuts shall be installed on all bolts in the hose bed which have exposed
threads.
193. CROSS DIVIDER
A cross-divider shall be provided just behind the fill tower. The divider shall be
bolted to the side sheet.
194. SHELF HOSE BED W/DIVIDER
A removable shelf shall be provided for hose storage inside the hose bed. The
shelf shall be mounted between the side wall and one (1) adjustable hose bed
divider. The dimensions of the shelf shall be 14.25" wide with an 11.50" clear
opening to the grating. A Velcro strap shall be provided at the rear from the
bottom of the shelf to the top of the hose bed grating.
195. HOSE BED COVER
A two (2) section hose bed cover, constructed of .125" bright aluminum
treadplate shall be furnished. The cover shall be hinged with full length
stainless steel piano hinge. The sides shall be slanted down with the center of
the cover supported by a stationary bridgework support. The covers shall not
over lap.
The cover shall be reinforced so that it can support the weight of a man walking
on the cover.
Page 59 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
A pneumatic gas spring assist shall be installed at the rear of the covers to help
support and stabilize the cover throughout its range of motion. Access doors to
the actuator arms shall be provided in the hosebed cover. The access doors
shall allow the customer to remove the actuator arm from the aluminum cover
so that the cover can be operated manually if needed. The access doors shall be
made of aluminum treadplate and shall be located on both sides of each actuator
arm.
If access to water tank fill tower is blocked by the hose bed cover, then a hinged
door shall be provided in it so that tank may be filled without raising cover
doors.
Chrome grab handles and two (2) (one (1) each side) electric linear actuator
with brake cylinders shall be provided to assist in opening and closing the
cover. A rubber-covered switch shall be provided for each actuator that
controls the opening and closing of the covers. Each switch shall be located at
the rear body of the body driver side. Additional locks on top of the cover are
not required to secure the cover in the nested position.
A handrail shall be provided at the rear, in the center of the support, to assist in
climbing up the back of the truck.
A red vinyl flap shall be installed on the rear of the bright aluminum treadplate
hose bed cover, with a chain weight and a spring clip-and-hook hold downs
shall be provided at the rear of the cover.
196. RUNNING BOARDS
Running boards shall be fabricated of .125" bright aluminum treadplate.
Each running board shall be supported by a welded 2.00" square tubing and
channel assembly, which shall be bolted to the pump compartment substructure.
Running boards shall be 12.75" deep and spaced .50" away from the pump
panel.
A splashguard shall be provided above the running board treadplate.
197. HOSE TRAY
Two (2) hose trays shall be recessed one in each side running board.
Capacity of the tray shall be 20.00' of 5.00" soft suction hose.
Rubber matting shall be installed on the floor of the tray to provide proper
ventilation.
198. HOSE TRAY COVER
A hinged bright aluminum treadplate cover with recessed flush mount pawl
latches shall be provided for the one in each side running board hose tray.
Cover shall be provided over the front of the tray the full width of the crosslay
Page 60 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
beds. A pneumatic stay arm stay arm shall be provided.
199. STRAP, VELCRO
Two (2) hose trays shall have two (2) Velcro straps to secure items located in
the hose tray. The location shall be one in each side running board.
200. TAILBOARD
Rear step shall also be constructed of .125" bright aluminum treadplate and
spaced .50" from the body, as well as supported by a structural steel assembly.
The rear tailboard shall be 24.00" deep and 8.00" to the rear of the extended
side compartments.
The exterior side shall be flanged down and in.
Flanges shall not be notched.
Entire rear surface between the beavertails shall be covered with bright
aluminum treadplate to protect the painted surface when removing hose.
Inside surface of each beavertail in the hose bed area shall be covered with
stainless steel to protect the paint finish.
The remaining inside surface of the beavertails shall be covered with bright
aluminum treadplate.
201. TOW BAR
A tow bar shall be installed under the tailboard at center of truck.
Tow bar shall be fabricated of 1.00" CRS bar rolled into a 3.00" radius.
Tow bar assembly shall be constructed of .38" structural angle. When force is
applied to the bar, it shall be transmitted to the frame rail.
Tow bar assembly shall be designed and positioned to allow up to a 30-degree
upward angled pull of 17,000 pounds, or a 20,000-pound straight horizontal
pull in line with the centerline of the vehicle.
Tow bar design shall have been fully tested and evaluated using strain gauge
testing and finite element analysis techniques.
202. COMPARTMENTATION
Body and compartments shall be fabricated of galvanneal steel with a tensile
strength of 52,000 psi.
Side compartments shall be an integral assembly with the rear fenders.
Circular fender liners shall be provided for prevention of rust pockets and ease
of maintenance.
Page 61 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Compartment flooring shall be 12-gauge and of the sweep out design, with the
floor higher than the compartment door lip.
The compartment door opening shall be framed by flanging the edges in 1.75”
and bending out again .75” to form an angle.
Drip protection shall be provided above the doors by means of bright aluminum
extrusion, formed bright aluminum treadplate, or polished stainless steel.
The top of the compartment shall be covered with bright aluminum treadplate
rolled over the edges on the front, rear, and outward side. These covers shall
have the corners “TIG” welded.
Side compartment covers shall be separate from the compartment tops.
Front facing compartment walls shall be covered with bright aluminum
treadplate.
All screws and bolts which protrude into a compartment shall have acorn nuts
on the ends to prevent injury.
203. UNDERBODY SUPPORT SYSTEM
Due to the severe loading requirements of this pumper, a method of body and
compartment support suitable for the intended load shall be provided.
The backbone of the support system shall be the chassis frame rails, which is
the strongest component of the chassis and designed for sustaining maximum
loads.
The support system shall include .375” thick steel vertical angle supports bolted
to the chassis frame rails with .625” diameter bolts.
Attached to the bottom of the steel vertical angles shall be horizontal angles,
with gussets welded to the vertical members, which extend to the outside edge
of the body.
A steel frame shall be mounted on the top of these supports to create a “floating
substructure”, which results in a 500 pound equipment support rating per lower
compartment.
The “floating substructure” shall be separated from the horizontal members
with neoprene elastomer isolators. These isolators shall reduce the natural flex
stress of the chassis from being transmitted to the body.
The isolators shall have a broad load range, proven viability in vehicular
applications, be of a fail safe design and allow for all necessary movement in
three (3) transitional and rotational modes.
Page 62 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The neoprene isolators shall be installed in a modified “V” three (3)-point
mounting pattern to reduce the natural flex of the chassis being transmitted to
the body.
A design with body compartments hanging on the chassis, unsupported, shall
not be acceptable.
204. AGGRESSIVE WALKING SURFACE
All exterior surfaces designated as stepping, standing, and walking areas shall
comply with the required average slip resistance of the current NFPA standards.
205. LOUVERS
All body compartments shall have a minimum of one (1) set of louvers stamped
into a wall to provide the proper airflow inside the compartment and to prevent
water from dripping into the compartment. These louvers shall be formed into
the metal and not added to the compartment as a separate plate.
206. TESTING OF BODY DESIGN
Body structural analysis shall be fully tested. Proven engineering and test
techniques such as finite element analysis, model analysis, stress coating and
strain gauging shall be performed with special attention given to fatigue, life
and structural integrity of the cab, body and substructure.
The body shall be tested while loaded to its greatest in-service weight.
The criteria used during the testing procedure shall include:
 Raising opposite corners of the vehicle tires 9.00", simulating the
twisting a truck may experience when driving over a curb.
 Making a 90 degree turn while at 20 mph, simulating aggressive
driving conditions.
 Driving the vehicle at 35 mph on a "washboard" road.
 Driving the vehicle at 55 mph on a smooth road.
 Accelerating the vehicle fully, until reaching the approximate speed of
45 mph, on rough pavement.
Evidence of actual testing techniques shall be made available upon request.
207. COMPARTMENTATION, DRIVER’S SIDE
A full height, vertically hinged, single door compartment ahead of the rear
wheels shall be provided. The interior dimensions of this compartment shall be
34.50" wide x 67.63" high x 25.88" deep in the lower 26.00" of the
compartment and 12.00" deep in the remaining upper portion. The depth of the
compartment shall be calculated with the compartment door closed. The
compartment interior shall be fully open from the compartment ceiling to the
compartment floor and designed so that no permanent dividers are required
between the upper and lower sections. The clear door opening of this
compartment shall be 30.00" wide x 63.00" high.
A positive door holder shall be furnished with this compartment.
A horizontally hinged, single lift-up door compartment over the rear wheels
Page 63 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
shall be provided. The interior dimensions of this compartment shall be 66.50"
wide x 32.88" high x 12.00" deep. The depth of the compartment shall be
calculated with the compartment door closed. The clear door opening of this
compartment shall be 59.50" wide x 28.25" high.
The lift-up door shall be furnished with two (2) gas-charged cylinders to assist
in the opening of the door and to maintain the door in an open position. There
shall be a field adjustable, three-position bracket mounted on the vertical side
door opening that shall allow the door to be held open at 87°, 90°, or 93°.
Closing of the door shall not require releasing, unlocking, or unlatching any
mechanism.
A full height, vertically hinged, double door compartment behind the rear
wheels shall be provided. The interior dimensions of this compartment shall be
47.50" wide x 67.63" high x 12.00" deep. A section of this compartment shall
be 25.88" deep x 47.50" width x 26.00" height directly behind the rear wheels.
The depth of the compartment shall be calculated with the compartment door
closed. The compartment interior shall be fully open from the compartment
ceiling to the compartment floor and designed so that no permanent dividers are
required between the upper and lower sections. The clear door opening of this
compartment shall be 46.00" wide x 63.00" high.
Positive door holders shall be furnished with this compartment.
208. COMPARTMENTATION, PASSENGER’S SIDE
A vertically hinged, single door compartment ahead of the rear wheels shall be
provided. The interior dimensions of this compartment shall be 34.50" wide x
33.63" high x 25.88" deep in the lower 26.00" of the compartment and 12.00"
deep in the remaining upper portion. The depth of the compartment shall be
calculated with the compartment door closed. The clear door opening of this
compartment shall be 30.00" wide x 29.00" high.
A positive door holder shall be furnished with this compartment.
A vertically hinged, double door compartment behind the rear wheels shall be
provided. The interior dimensions of this compartment shall be 47.50" wide x
33.63" high x 25.88" deep. The depth of the compartment shall be calculated
with the compartment door closed. The clear door opening of this compartment
shall be 46.00" wide x 29.00" high.
A positive door holder shall be furnished with this compartment.
209. DOORS, SIDE COMPARTMENT
All hinged compartment doors shall be lap style with double panel construction
and shall be a minimum of 1.50" thick. To provide additional door strength a
"C" section reinforcement shall be installed between the outer and interior
panels.
Page 64 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Doors shall be provided with a closed cell rubber gasket around the surface that
laps onto the body. A second heavy-duty automotive rubber molding with a
hollow core shall be installed on the door framing that seals onto the interior
panel, to ensure a weather resisting compartment.
All compartment doors shall have polished stainless steel continuous hinge with
a pin diameter of .25" that is bolted or screwed on with stainless steel fasteners.
(Hinges which are welded on shall not be acceptable.)
All door lock mechanisms shall be fully enclosed within the door panels to
prevent fouling of the lock in the event equipment inside shifts into the lock
area.
Doors shall be latched with recessed, polished stainless steel "D" ring handles
and Eberhard 106 locks or equivalent
To prevent corrosion caused by dissimilar metals, compartment door handles
shall not be attached to outer door panel with screws. A rubber gasket shall be
provided between the "D" ring handle and the door.
210. COMPARTMENTATION, REAR
A vertically hinged, double door compartment above the rear tailboard shall be
provided. Interior dimensions of this compartment shall be 40.00" wide x
33.63" high x 25.88" deep. Depth of the compartment shall be calculated with
the compartment door closed.
A louvered, removable access panel shall be furnished on the back wall of the
compartment.
Rear compartment shall be open into the rear side compartments.
Clear door opening of this compartment shall be 34.50" wide x 29.00" high.
Each of the vertically hinged compartment doors shall be provided with a
double-spring door holder. The hold arm and slide shall be chrome plated
castings and the spring and spring guide shall be stainless steel.
When the compartment door is fully open, the door holder shall hold the door
firm, but not rigid, at a right angle to the body. The door holder shall pull the
door to a near closed position when the door is at less than 45° to the body.
Closing of the doors shall not require releasing, unlocking, or unlatching any
mechanism and shall be easily accomplished with one hand.
211. DOORS, REAR COMPARTMENT
All hinged compartment doors shall be lap style with double panel construction
and shall be a minimum of 1.50" thick. To provide additional door strength, a
"C" section reinforcement shall be installed between the outer and interior
Page 65 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
panels.
Doors shall be provided with a closed cell rubber gasket around the surface that
laps onto the body. A second heavy-duty automotive rubber molding with a
hollow core shall be installed on the door framing that seals onto the interior
panel, to ensure a weather resisting compartment.
All compartment doors shall have polished stainless steel continuous hinge with
a pin diameter of .25” that is bolted or screwed on with stainless steel fasteners.
(Hinges which are welded on shall not be acceptable.) A strip of dielectric
isolation tape shall be provided between the hinge and door jamb.
All door lock mechanisms shall be fully enclosed within the door panels to
prevent fouling of the lock in the event equipment inside shifts into the lock
area.
Doors shall be latched with recessed, polished stainless steel "D" ring handles
and Eberhard 106 locks or equivalent
To prevent corrosion caused by dissimilar metals, compartment door handles
shall not be attached to outer door panel with screws. A rubber gasket shall be
provided between the "D" ring handle and the door.
212. PARTITION, TRANSVERSE REAR COMPARTMENT
Two (2) partitions shall be bolted in place to separate both side rear
compartments from the rear tailboard compartment.
213. REVERSE HINGED DOOR
One (1) compartment door shall have the hinge at the rear of the door. The
driver's side forward most compartment will be reversed hinged.
214. PULL STRAP, DOORS
One (1) compartment door shall be provided with pull straps. The pull strap
will be located on the left side lift-up compartment.
215. DOOR FRAME SCUFFPLATE
Six (6) scuffplates shall be provided for the lower door frame of all
compartment doors. Each scuffplate shall be polished stainless steel with a .38"
lip down.
216. KEYED LOCKS
Seven (7) compartment doors shall be furnished with a keyed lock. The
compartmentation to have a keyed lock shall be all compartment doors.
217. BACKBOARD STORAGE
A compartment shall be located on the rear of the crosslay to allow for storage
of (2) two backboards. This compartment shall be fabricated out of bright
aluminum treadplate with a door on each side. The dimensions of the back
boards are back board compartment to be made 75" L x 20" W x 2"thick.
218. CARGO FLOOR ACCESS
The bright aluminum treadplate flooring above the pump, shall be split into two
(2) pieces, for access to the pump and plumbing.
Page 66 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
219. PULL-OUT TRAY
There shall be one (1) slide-out tray with a minimum capacity of 500 pounds
provided. The tray shall have a 2.00" lip on three (3) sides, with a .50" lip down
on the front of the tray. Capacity rating shall be in the extended position.
Slides shall be General Device ball bearing type, for ease of operation and years
of dependable service.
Automatic locks shall be provided for both the "in" and "out" positions. The
trip mechanism for it shall be located at the front of the tray for ease of use with
a gloved hand.
Tray location shall be in the lower 26" portion of D1 forward of the vertical
partition.
Heavy-duty steel angle iron assembly shall support the body under the
compartment floor. It shall be attached to the chassis frame for load transfer
and to reduce stress on body.
220. ADJUSTABLE SHELVES
There shall be five (5) shelves, with a minimum capacity of 215 pounds
provided. The shelf construction shall consist of .125" pan-shaped aluminum
with 2.00" sides. Each shelf shall be infinitely adjustable by means of a
threaded fastener, which slides in a track.
The location shall be in each low compartment (total of 4), and one (1) in the
tailboard compartment.
There shall be five (5) sets of tracks for mounting shelf(s) in each low
compartment, and the tailboard compartment. These tracks shall be installed
vertically to support the adjustable shelves.
221. PLYWOOD LINING
Plywood shall be installed on the back wall of the driver's side lift-up
compartment.
The plywood shall be .75" exterior grade. Stainless steel retainers shall be used
to mount the plywood. The plywood shall be sanded to a smooth finish and
painted with a spatter paint to match the compartment interiors.
222. MATTING, COMPARTMENT FLOOR
Turtle Tile compartment matting shall be provided in five (5) compartments on
the compartment floor. The locations are all compartments except for D1.
The Turtle Tile shall be black and the leading edge of the matting shall include
the beveled edge.
223. MATTING, COMPARTMENT SHELVING
Turtle Tile compartment matting shall be provided in six (6) shelves. The
locations are all shelves / trays.
Page 67 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The color of Turtle Tile shall be black.
224. PARTITION, VERTICAL COMPARTMENT
One (1) partition shall be bolted in D1 16.00" from rear. Each partition shall be
the full vertical height of the compartment.
225. SWING OUT TOOLBOARD
A swing out aluminum tool board shall be provided.
It shall be a minimum of .188" thick with .20" diameter holes in a pegboard
pattern with 1.00" centers between holes.
A 1.00" x 1.00" aluminum tube frame shall be welded to the edge of the
pegboard.
The board shall be mounted on a pivoting device on the top and bottom to allow
easy movement in and out of the compartment. The maximum tool load shall
be 400 pounds.
The board shall have positive lock in the stowed and extended position.
There shall be one (1) provided and installed D2.
226. RUB RAIL
Bottom edge of the side compartments shall be trimmed with a bright aluminum
extruded rub rail.
Trim shall be 2.12" high with 1.38" flanges turned outward for rigidity.
The rub rails shall not be an integral part of the body construction, which allows
replacement in the event of damage.
227. BODY FENDER CROWNS
Stainless steel fender crowns shall be provided around the rear wheel openings.
A rubber welting shall be provided between the body and the crown to seal the
seam and restrict moisture from entering.
A dielectric barrier shall be provided between the fender crown fasteners
(screws) and the fender sheet metal to prevent corrosion.
228. HARD SUCTION HOSE
One (1) length 4.5.00"x 10’ Kochek clear corrugated PVC hard suction hose
will be provided. Each length shall be equipped with a long handle female
coupling on one end and a rocker lug male coupling on the other end.
Couplings to be hard coated aluminum.
229. STRAINER
One (1) 6.00” barrel strainer shall be provided by vendor. One (1) 6.00”
Kochek K-Brite barrel strainer will be provided
230. HOSE TROUGH
One (1) hard suction hose trough shall be provided on the driver's side. Velcro
straps shall be provided on each end of the trough to secure the hose storage.
Page 68 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Velcro straps to be at very end of the trough.
Trough shall be constructed of aluminum and painted job color.
231. HANDRAILS
The handrails shall be 1.25" diameter anodized aluminum extrusion, with a
ribbed design, to provide a positive gripping surface.
Chrome plated end stanchions shall support the handrail. Plastic gaskets shall
be used between end stanchions and any painted surfaces.
Drain holes shall be provided in the bottom of all vertically mounted handrails.
- Two (2) handrails shall be provided, one above each side pump panel.
- Two (2) handrails, 10.00" long, shall be provided mounted install on the edge
of the driver's step light shield and on the cargo compartment side sheet at and
angle in the upper front corner..
- One (1) vertical handrail, not less than 29.00" long, shall be located on each
rear beavertail.
- One (1) full width horizontal handrail shall be provided below the hose bed at
the rear of the apparatus.
232. AIR BOTTLE STORAGE (Single bottle)
A total of four (4) air bottle compartments shall be provided. There will be two
(2) air bottle compartments located on each side of the body in the fender area.
The air bottle compartment shall be in the form of a round tube (7.63" diameter
minimum) and of adequate depth to accommodate different size air bottles.
Flooring shall be rubber lined and have a drain hole. A stainless steel door with
a chrome plated latch shall be provided to contain the air bottle. A dielectric
barrier shall be provided between the door hinge, hinge fasteners and the body
sheet metal.
233. GROUND LADDERS
The following wooden ladders shall be furnished: All ladders shall be finished
with Watco oil finish or equivalent.
1. One (1) Alaco Model 2300-24, 24'- 2 Section wooden extension ladder
or it’s equal.
2. One (1) Alaco Model 2300-14' wooden roof ladder or it’s equal..
3. One (1) Alaco Model 2305-10' wooden folding ladder or it’s equal..
This truck is non-NFPA compliant due to the following NFPA 1931 deviations.
These deviations shall be the responsibility of the individual who will sign and
submit a waiver letter:
- The minimum inside width between beams for single ladders shall be 406 mm
(16.00”).
Page 69 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
- The minimum inside width between beams for combination ladders shall be
305 mm (12.00”).
- Extension ladders shall have a minimum inside width between beams on any
section of at least 406 mm (16.00”).
234. LADDER BRACKETS
The ladders shall be installed on the right side of the hose body in lined brackets
and held in place by chrome plated, quarter-turn spring loaded clamps. The
clamps shall be such that when the roof ladder is removed, the clamps can be
moved a half turn to hold the extension ladder in place. The ladder brackets
shall be adjustable up and down.
235.
236.
237.
238.
239.
240.
A painted stainless steel trough to house the 10’ folding ladder shall be
provided and installed inside of the ladder brackets.
SPACERS, NON-ABRASIVE, LADDER SUPPORTS
Four (4) nonabrasive ladder support spacers shall be provided on the catwalk
below the ladders. These spacers are to be evenly spaced and design to relieve
stress from the ladder brackets and provide protection to the ladders from the
aluminum treadplate on the catwalks.
PIKE POLE, 6'
One (1) pike pole 6' long DUO Safety with a fiberglass "D" handle shall be
provided and located in the tube inside of the ladder brackets.
PIKE POLE,10'
One (1) pike pole 10' long DUO Safety with a fiberglass handle shall be
provided and located in the tube inside of the ladder brackets.
PIKE POLE STORAGE
Aluminum tubing shall be used for the storage of one (1) pike pole and shall be
located inside of the ladder brackets.. If the head of a pike pole can come in
contact with a painted surface, a stainless steel scuffplate shall be provided.
D HANDLE PIKE POLE STORAGE
Aluminum tubing shall be used for the storage of one (1) pike pole and shall be
located inside of the ladder brackets. If the head of a pike pole can come in
contact with a painted surface, a stainless steel scuffplate shall be provided. A
slot shall be provided in the tube to store "D" handle pike pole.
STEPS
An Eberhard step shall be provided on the driver's side front bulkhead. The
step shall be a bright finished folding type.
One (1) additional folding step, Eberhard, shall be located driver's side front
compartment bulkhead.
241. REAR FOLDING STEPS
Chrome Eberhard or equal folding steps shall be provided at the rear. All steps
shall provide adequate surface for stepping.
242. PUMP
Pump shall be a Waterous CMU 1500 gpm two (2) stage midship mounted
centrifugal type or equal.
Page 70 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Pump shall be the class "A" type.
Pump shall deliver the percentage of rated discharge at pressures indicated
below:
- 100% of rated capacity at 150 psi net pump pressure.
- 70% of rated capacity at 200 psi net pump pressure.
- 50% of rated capacity at 250 psi net pump pressure.
Pump body shall be close-grained gray iron, bronze fitted, and horizontally split
in two (2) sections for easy removal of the entire impeller shaft assembly
(including wear rings).
Pump shall be designed for complete servicing from the bottom of the truck,
without disturbing the pump setting or apparatus piping.
Pump case halves shall be bolted together on a single horizontal face to
minimize a chance of leakage and facilitate ease of reassembly. No end flanges
shall be used.
Discharge manifold of the pump shall be cast as an integral part of the pump
body assembly and shall provide a minimum of three (3) 3.50" openings for
flexibility in providing various discharge outlets for maximum efficiency.
The three (3) 3.50" openings shall be located as follows: one (1) outlet to the
right of the pump, one (1) outlet to the left of the pump, and one (1) outlet
directly on top of the discharge manifold.
Impeller shaft shall be stainless steel, accurately ground to size. It shall be
supported at each end by sealed, anti-friction ball bearings for rigid precise
support. Impeller shall have flame plated hubs assuring maximum pump life
and efficiency despite any presence of abrasive matter in the water supply.
Bearings shall be protected from water and sediment by suitable stuffing boxes,
flinger rings, and oil seals. No special or sleeve type bearings shall be used.
Pump shall be equipped with a self-adjusting, maintenance-free, mechanical
shaft seal.
The mechanical seal shall consist of a flat, highly polished, spring fed carbon
ring that rotates with the impeller shaft. The carbon ring shall press against a
highly polished stainless steel stationary ring that is sealed within the pump
body.
In addition, a throttling ring shall be pressed into the steel chamber cover,
providing a very small clearance around the rotating shaft in the event of a
mechanical seal failure. The pump performance shall not deteriorate, nor shall
Page 71 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
the pump lose prime, while drafting if the seal fails during pump operation.
Wear rings shall be bronze and easily replaceable to restore original pump
efficiency and eliminate the need to replace the entire pump casing due to wear.
243. PUMP TRANSMISSION
Pump transmission shall be made of a three (3) piece, aluminum, horizontally
split casing. Power transfer to pump shall be through a high strength Morse
HY-VO silent drive chain.
Drive shafts shall be a minimum of 2.35" diameter hardened and ground alloy
steel. All shafts shall be ball bearing supported. The case shall be designed as
to eliminate the need for water cooling.
244. AIR PUMP SHIFT
Pump shift engagement shall be made by a two (2) position sliding collar,
actuated pneumatically (by air pressure), with a three (3) position air control
switch located in the cab. A manual back-up shift control shall also be located
on the driver's side pump panel.
Two (2) indicator lights shall be provided adjacent to the pump shift inside the
cab. One (1) green light shall indicate the pump shift has been completed and
be labeled "pump engaged". The second green light shall indicate when the
pump has been engaged, and that the chassis transmission is in pump gear. This
indicator light shall be labeled "OK to pump".
Another green indicator light shall be installed adjacent to the hand throttle on
the pump panel and indicate either the pump is engaged and the road
transmission is in pump gear, or the road transmission is in neutral and the
pump is not engaged. This indicator light shall be labeled "Warning: Do not
open throttle unless light is on".
The pump shift control in the cab shall be illuminated to meet NFPA
requirements.
245. TRANSMISSION LOCK-UP
The direct gear transmission lock-up for the fire pump operation shall engage
automatically when the pump shift control, in the cab, is activated.
246. AUXILIARY COOLING SYSTEM
A supplementary heat exchange cooling system shall be provided to allow the
use of water from the discharge side of the pump for cooling the engine water.
Heat exchanger shall be cylindrical type and shall be a separate unit. It shall be
installed in the pump or engine compartment with the control located on the
pump operator's control panel. Exchanger shall be plumbed to the master drain
valve.
247. TRANSFER VALVE
Transfer valve design shall be of the latest ball type, of all bronze construction
incorporating a hydraulically balanced seal assembly, minimizing leakage
around the ball and assuring maximum pump efficiency.
Page 72 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Transfer valve shall operate smoothly and without sticking, even when exposed
to sandy or dirty water.
Transfer valve shall be operated manually by means of a hand wheel control at
the left (driver's) side pump panel.
Transfer valve shall have the ability to change from series (pressure) operation
to parallel (volume) operation without reducing the operating speed of the
engine regardless of the operating pressure at the pump, thus maintaining an
effective fire stream at the nozzle at all times.
Cylindrical type transfer valves shall not be acceptable.
248. INTAKE RELIEF VALVE
A Waterous relief valve or equal, an integral part of the fire pump, shall be
installed on the suction side of the pump, preset at 125 psig.
Outlet shall terminate below the frame-rails with a 2.50" National Standard
hose thread adapter and an "intake pressure relief outlet - do not cap" warning
tag.
Relief valve shall have a working range of 75 psig to 250 psig.
A control mechanism to adjust the pressure shall be located behind an access
door at the right (passenger) side pump panel.
249. RELIEF VALVE
A Waterous adjustable relief valve or equivalent, specially designed for fire
service, shall be provided.
Valve shall be positive, quick acting, and include an instantaneous on/off
control. When in the off position, the relief valve shall functionally be removed
from the system. When turned back to the on position, the relief valve shall
again monitor and maintain the previous pressure setting.
Control for adjusting pressure shall be elliptical shaped for positive grip.
An easily removable pilot valve strainer shall be provided and be accessible
from the pump operator's panel.
Two (2) indicator lights shall be furnished, showing the position of the relief
valve (amber for open and green for closed).
250. RECIRCULATING LINE
A .50" diameter recirculating line, from the pump to the water tank, shall be
furnished with a control installed at the pump operator's control panel.
251. PAVEMENT COOLER
A pavement cooler shall be provided for the chassis exhaust. This shall consist
of a 1/4" quarter turn valve and a "vee" nozzle directed at the point where the
chassis exhaust discharges onto the pavement.
Page 73 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
252. PRIMER
An electric pump priming system shall be furnished with the apparatus. It shall
consist of a rotary vane priming pump, driven by a 12 volt electric motor.
All rotating parts of the pump shall be made of corrosion resistant aluminum,
stainless steel, or laminated phenolic.
Pump cylinder shall be made of aluminum alloy, hard anodized and Teflon
coated, for corrosion resistance and long life.
The primer shall be built by the manufacturer of the fire pump.
A control located at the pump control panel shall operate the primer.
When dry, the pump system shall be capable of taking suction through 20 feet
of hard suction hose and discharging water in not more than the time allowed
by current NFPA 1901 standard. Also, rated capacity of the pump shall be
achieved at the lift stated in current NFPA 1901 standard table.
253. PUMP MANUALS
Two (2) pump manuals from the pump manufacturer shall be furnished in
compact disc format with the apparatus. Manuals shall cover pump operation,
maintenance, and parts.
254. PLUMBING
All inlet and outlet plumbing, 3.00" and smaller, shall be plumbed with either
stainless steel pipe or synthetic rubber hose reinforced with high-tensile
polyester braid. Small diameter secondary plumbing such as drain lines shall be
stainless steel, brass or hose.
Where vibration or chassis flexing may damage or loosen piping or where a
coupling is required for servicing, the piping shall be equipped with victaulic or
rubber couplings.
Plumbing manifold bodies shall be ductile cast iron or stainless steel.
All lines shall drain through a master drain valve or shall be equipped with
individual drain valves. All individual drain lines for discharges shall be
extended with a hose to drain below the chassis frame.
All water carrying gauge lines shall be of flexible polypropylene tubing.
255. MAIN PUMP INLETS
A 6.00" pump manifold inlet shall be provided on each side of the vehicle. The
suction inlets shall include removable die cast zinc screens that are designed to
provide cathodic protection for the pump, thus reducing corrosion in the pump.
A passenger side bleeder valve shall be located at the threaded connection.
The main pump inlets shall have National Standard Threads with a long handle
chrome cap.
Page 74 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The cap shall be the VLH, which incorporates a thread design to automatically
relieve stored pressure in the line when disconnected.
256. SHORT SUCTION TUBE
The suction tubes on the midship pump shall have "short" suction tubes to allow
for installation of adapters without excessive overhang.
257. INLET (Left side)
On the left side pump panel shall be one (1) - 2.50" auxiliary suction,
terminating in 2.50" National Standard Hose Thread. The auxiliary suction
shall be provided with a strainer, chrome swivel and plug.
258. VALVES
Waterous valves or their or equivalent shall be used for the side 2.50"
discharges. All remaining ball valves, 3.00" or less, shall be Akron Brass.
The Waterous valves shall have a solid bronze ball that is chromium plated for
a hard, durable surface. The spring loaded floating seal assembly shall require
no adjustment, yet provides a tight seal against both pressure and vacuum
pressures.
The Akron valves shall be the 8000 series heavy-duty style with a nickelchrome plated brass ball and a simple two-seat design. No lubrication or
regular maintenance is required on the valve.
The location of the valve for the one (1) inlet shall be recessed behind the pump
panel.
259. INLET CONTROL
Control for the side auxiliary inlet(s) shall be located at the inlet valve.
260. INLET BLEEDER VALVE
A .75" bleeder valve shall be provided for each side gated inlet. The valves
shall be located behind the panel with a swing style handle control extended to
the outside of the panel. The handles shall be chrome plated and provide a
visual indication of valve position. The swing handle shall provide an
ergonomic position for operating the valve without twisting the wrist and
provides excellent leverage. The water discharged by the bleeders shall be
routed below the chassis frame rails.
261. TANK TO PUMP
The booster tank shall be connected to the intake side of the pump with heavy
duty piping and a quarter turn 3.00" full flow line valve with the control
remotely located at the operator's panel. Tank to pump line shall run straight
(no elbows) from the pump into the front face of the water tank and down into
the tank sump. A rubber coupling shall be included in this line to prevent
damage from vibration or chassis flexing.
The control on the pump panel shall be "in" when the valve is open and "out"
when the valve is closed.
A check valve shall be provided in the tank to pump supply line to prevent the
Page 75 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
possibility of "back filling" the water tank.
262. TANK REFILL
A 1.50" combination tank refill and pump re-circulation line shall be provided,
using a quarter-turn full flow ball valve controlled from the pump operator's
panel.
263. DISCHARGE OUTLETS (Left Side)
There shall be two (2) discharge outlets with a 2.50" valve on the left side of the
apparatus, terminating with a male 2.50" National Standard hose thread adapter.
264. DISCHARGE OUTLETS (Right Side)
There shall be two (2) discharge outlets 2.50" valve on the right side of the
apparatus, terminating with a male 2.50" National Standard hose thread adapter.
There shall be one (1) discharge outlet with a 3.00" valve on the right side of
the apparatus, terminating with a male 3.00" National Standard hose thread
adapter.
265. DISCHARGE OUTLET (Front)
There shall be one (1) 1.50" gated discharge outlet/s, with a swivel, piped to the
passenger's side on top of the front bumper extension.
Plumbing shall consist of 2.00" piping and flexible hose according to the design
requirements of the chassis. A fabricated weldment made of black iron pipe
shall be used in the plumbing where appropriate. A 2.00" full flow ball valve
controlled at the pump operator's panel shall be used in the outlet plumbing.
Automatic drains shall be provided at all low points of piping.
266. DISCHARGE OUTLET (Rear)
There shall be two (2) discharge outlets piped to the rear of the hose bed, on one
(1) each side, installed so proper clearance is provided for spanner wrenches or
adapters. Plumbing shall consist of 2.50" piping along with a 2.50" full flow
ball valve with the control from the pump operator's panel.
267. DISCHARGE OUTLET (Front of Hose Bed)
There shall be one (1) discharge outlet discharge/s piped to the front of the hose
bed and located passenger’s side. Plumbing shall consist of 2.50" piping with a
2.50" full-flow ball valve controlled at the pump operator's panel. The
discharge/s shall terminate with a 2.50" male National Standard hose thread
adapter.
268. DISCHARGE CAPS
Chrome plated, rocker lug, caps with chains shall be furnished for all side
discharge outlets.
The caps shall be the VLH, which incorporates a patent pending thread design
to automatically relieve stored pressure in the line when disconnected.
269. OUTLET BLEEDER VALVE
A .75" bleeder valve shall be provided for each outlet 1.50" or larger.
Automatic drain valves are acceptable with some outlets if deemed appropriate
with the application.
The valves shall be located behind the panel with a swing style handle control
Page 76 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
extended to the outside of the side pump panel. The handles shall be chrome
plated and provide a visual indication of valve position. The swing handle shall
provide an ergonomic position for operating the valve without twisting the wrist
and provides excellent leverage. Bleeders shall be located at the bottom of the
pump panel. They shall be properly labeled identifying the discharge they are
plumbed in to. The water discharged by the bleeders shall be routed below the
chassis frame rails.
270. ELBOWS, LEFT SIDE OUTLETS
The 2.50" discharge outlets, located on the left side pump panel, shall be
furnished with a 2.50"(Female) National Standard hose thread x 2.50"(Male)
National Standard hose thread, chrome plated, 45 degree elbow.
The elbow shall be the VLH, which incorporates a patent pending thread design
to automatically relieve stored pressure in the line when disconnected.
271. ELBOWS, RIGHT SIDE OUTLETS
The 2.50" discharge outlets, located on the right side pump panel, shall be
furnished with a 2.50"(Female) National Standard hose thread x 2.50"(Male)
National Standard hose thread, chrome plated, 45 degree elbow.
The elbow shall be the VLH, which incorporates a patent pending thread design
to automatically relieve stored pressure in the line when disconnected.
The 3.00" outlet shall be furnished with a 3.00"(Female) National Standard
hose thread x 5.00" Storz elbow adapter with Storz cap.
272. ELBOWS, REAR OUTLETS
The 2.50" discharge outlets, located at the rear of the apparatus, shall be
furnished with a 2.50"(Female) National Standard hose thread x 2.50"(Male)
National Standard hose thread, chrome plated, 45 degree elbow.
The elbow shall be the VLH, which incorporates a patent pending thread design
to automatically relieve stored pressure in the line when disconnected.
273. DISCHARGE RELIEF VALVE
There shall be a Ross relief valve or equal installed in the plumbing of the
3.00" discharge on the passenger's side pump panel. The relief valve shall be
preset at 200 psi.
Relief valve shall have a working range of 30 psi to 450 psi.
Relief valve outlet shall terminate below the pump house a 2.50" National
Standard hose thread adapter.
Control shall be located behind the pump panel accessible through a spring
loaded stainless steel access door.
274. DISCHARGE OUTLET CONTROLS
The discharge outlets shall incorporate a quarter-turn ball valve with the control
located at the pump operator's panel. The valve operating mechanism shall
indicate the position of the valve.
Page 77 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
If a handwheel control valve is used, the control shall be a minimum of a 3.9"
diameter chrome plated handwheel with a dial position indicator built in to the
center of the handwheel.
275. DELUGE RISER
A 3.00" deluge riser shall be installed above the pump in such a manner that a
monitor can be mounted and used effectively. Piping shall be installed securely
so no movement develops when the line is charged.
The riser shall be gated with an electrically actuated 3.00" Akron valve, and
controlled from two (2) locations. An Akron 9303 control with three (3)
indicator lights shall be located on the pump operator's panel and at the outlet.
276. TELESCOPIC PIPING
The deluge riser piping shall include an 18.00" Task Force Model XG18
Extend-A-Gun extension.
This extension shall be telescopic to allow the deluge gun to be raised 18.00"
increasing the range of operation.
A position sensor shall be provided on the telescopic piping that shall activate
the "do not move vehicle" light inside the cab when the monitor is in the raised
position.
The deluge riser shall have a 3.00" four (4)-bolt flange for mounting the
monitor.
277. GUARD, DECK GUN
An aluminum treadplate guard shall be provided around the electric deck gun
control. The guard shall be open at the top to operate the switch.
278. CROSSLAY HOSE BEDS
Two (2) crosslays with 1.50" outlets shall be provided. Each bed to be capable
of carrying 200 feet of 1.75" double jacketed hose and shall be plumbed with
2.00" i.d. pipe and gated with a 2.00" quarter turn ball valve.
Outlets to be equipped with a 1.50" National Standard hose thread 90 degree
swivel located in the hose bed so that hose may be removed from either side of
apparatus.
The crosslay controls shall be at the pump operator's panel.
The center crosslay dividers shall be fabricated of .25" aluminum and shall
provide adjustment from side to side. The divider shall be unpainted with a
brushed finish. The remainder of the crosslay bed shall be painted job color.
Vertical scuffplates, constructed of stainless steel, shall be provided at the front
and rear ends of the bed on each side of vehicle.
Page 78 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Crosslay bed flooring shall consist of removable perforated brushed aluminum.
279. CROSSLAY COVER / RESTRAINT
A hinged aluminum treadplate cover shall be installed over the crosslay hose
beds. It shall include a latch at each end of the cover to hold it securely in
place, a chrome grab handle at each end for opening and closing the cover and a
foam rubber gasket where the cover comes into contact to a painted surface.
A 1.00" nylon webbing design restraint shall be provided across the ends of
two (2) crosslays to secure the hose during travel. The webbing assembly is to
be attached at the bottom of the crosslays with footman loops and is to loop
through the upper footman loops at the top of the crosslays. The 1.00" web
straps are to come down outboard and lock into a cam lock style buckle located
down approx 2/3 of the height dimension, one each leg.
280. BOOSTER HOSE REEL
A Hannay electric rewind booster hose reel shall be installed over the pump in a
recessed open compartment on the right side of the apparatus. Reel to be
fabricated of aluminum and have highly polished end discs.
A polished stainless steel roller and guide assembly shall be mounted on the
reel side of the apparatus.
Discharge control shall be provided at the pump operator's panel. Plumbing to
the reel shall consist of 1.50" Aeroquip hose and a 1.50" valve.
Reel motor shall be protected from overload with a sized automatic reset circuit
breaker.
Electric rewind control shall be (4) rubber covered buttons (1) mounted at each
pump panel and (1) mounted each side at the top inside corner of the cargo area.
Capacity of the hose reel shall be 200 feet of 1.00" booster hose.
281. HOSE REEL SPROCKET AND DISC
The sprocket on the hose reel shall be cadium plated and the discs of the reel
shall be polished stainless steel.
A check valves shall be installed in the hose reel plumbing. A .75" drain shall
be provided to release the pressure.
One (1) additional polished stainless steel roller and guide assembly shall be
mounted opposite of the reel.
282. HOSEREEL ACCESS
A cutout shall be provided in the side sheet next to the booster hose reel. This
cutout shall allow access to the hose and provide a window to view the reel.
Stainless steel trim shall be mounted horizontally and vertically around the
cutout.
283. PUSH BUTTON SWITCH, REEL
Two (2) push button switches shall be installed on the front wall of the donnage
compartment on the forward facing driver’s side and passenger’s side. The
Page 79 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
push button shall be between the pull up light and the front dunnage
compartment wall.
284. FOAM SYSTEM
The foam system shall be externally mounted.
285. FOAM OUTLETS AT PUMP PANEL
Two (2) foam outlets shall be provided for the foam tank, one (1) each side
located at the pump panel. The outlets shall be plumbed directly to the foam
tank. The plumbing for each outlet shall include a 1.00" ball valve and a 1.00"
quick disconnect fitting at each side pump panel. All plumbing used for foam
concentrate shall be stainless steel, brass or hose with stainless steel fittings. A
3/8" flush line shall be provided. Two (2) matching fittings shall be provided
with loose equipment.
286. FOAM TANK
The foam tank shall be an integral portion of the polypropylene water tank. The
cell shall have a capacity of 20 gallons of foam with the intended use of Class
"A" foam. The brand of foam stored in this tank shall be Ansul Silvex. The
foam cell shall not reduce the capacity of the water tank. The foam cell shall
have a screen in the fill dome and a breather in the lid.
287. FOAM TANK DRAIN
The foam tank drain shall be a 1.00" drain valve located inside the pump
compartment accessible through a door on the passenger's side pump panel.
288. PUMP COMPARTMENT
The pump compartment shall be separate from the hose body and compartments
so that each may flex independently of the other. It shall be a fabricated
assembly of steel tubing, angles, and channels which supports both the fire
pump and the side running boards.
The pump compartment shall be mounted on the chassis frame rails with rubber
biscuits in a four (4) point pattern to allow for chassis frame twist.
Pump compartment, pump, plumbing, and gauge panels shall be removable
from the chassis in a single assembly.
289. PUMP MOUNTING
Pump shall be mounted to a substructure which shall be mounted to the chassis
frame rail using rubber isolators. The mounting shall allow chassis frame rails
to flex independently without damage to the fire pump.
290. PUMP CONTROL PANELS (Driver Side Control)
All pump controls and gauges shall be located at the driver's side of the
apparatus and properly identified.
Layout of the pump control panel shall be ergonomically efficient and
systematically organized.
The pump operator's control panel shall be removable in two (2) main sections
for ease of maintenance:
Page 80 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The upper section shall contain sub-panels for the mounting of the pump
pressure control device, engine monitoring gauges, electrical switches, and
foam controls (if applicable). Sub-panels shall be removable from the face of
the pump panel for ease of maintenance. Below the sub-panels shall be located
all valve controls and line pressure gauges.The lower section of the panel shall
contain all inlets, outlets, and drains.
All push/pull valve controls shall have 1/4 turn locking control rods with
polished chrome plated zinc tee handles. Guides for the push/pull control rods
shall be chrome plated zinc castings securely mounted to the pump panel.
Push/pull valve controls shall be capable of locking in any position. The
control rods shall pull straight out of the panel and shall be equipped with
universal joints to eliminate binding.
291. IDENTIFICATION TAGS
The identification tag for each valve control shall be recessed in the face of the
tee handle.
All discharge outlets shall have color coded identification tags, with each
discharge having its own unique color. Color coding shall include the labeling
of the outlet and the drain for each corresponding discharge.
All line pressure gauges shall be mounted directly above the corresponding
discharge control tee handles and recessed within the same chrome plated
casting as the rod guide for quick identification. The gauge and rod guide
casting shall be removable from the face of the pump panel for ease of
maintenance. The casting shall be color coded to correspond with the discharge
identification tag.
All remaining identification tags shall be mounted on the pump panel in chrome
plated bezels.
The pump panel on the passenger's side shall be removable with lift and turn
type fasteners.
Trim rings shall be installed around all inlets and outlets.
The trim rings for the side discharge outlets shall be color coded and labeled to
correspond with the discharge identification tag.
292. PUMP PANEL CONFIGURATION
The pump panel configuration shall be arranged and installed in an organized
manner that will provide user-friendly operation.
293. PUMP AND GAUGE PANEL
The pump and gauge panels shall be constructed of black vinyl covered
aluminum, to allow easy identification of the gauges and controls and to
eliminate glare.
The black vinyl shall be bonded to the aluminum, by the company that supplies
the product.
Page 81 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
A polished aluminum trim molding shall be provided around each panel.
The passenger's side pump panel shall be removable and fastened with swell
type fasteners.
On the front of the pump house structure, provisions shall be provided for
access to the pump.
294. PUMP PANEL GAUGES AND CONTROLS
The following shall be provided on the pump and gauge panels in a neat and
orderly fashion:
- Engine Oil Pressure Gauge: With visual and audible warning
- Engine Water Temperature Gauge: With visual and audible warning
- Tachometer: Electric
- Master Pump Drain Control
- Voltmeter
- Engine Throttle
- Check Transmission Warning Indicator Light
- Stop Engine Warning Indicator Light
- Check Engine Warning Indicator Light.
- Fuel Gauge
- Pump Hourmeter
295. COMPARTMENT, CAB LIFT CONTROL PANEL
A compartment shall be provided at the pump panel, passenger's side. This
compartment shall be large enough to house the control panel for the cab lift. A
stainless steel door shall be provided.
296. SPECIAL TAG
Special tag/s shall be provided and installed on the right side large diameter
discharge and on the 2.50" pre-connect in the right side of the hosebed, and two
(2) 2.50" discharges on the left side and two (2) 2.50" discharges on the right
side.
The tag/s shall read "The right side large diameter discharge is to read 5"
DISCHARGE and the right side 2.5" preconnect in the hosebed to be 1.75"
REAR PRE-CONNECT. Label the driver's side discharges 1 & 2 and the
passenger's side discharges 3 & 4".
Page 82 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
297. GAUGES, VACUUM and PRESSURE
The pump vacuum and pressure gauges shall be silicone filled and
manufactured by Class 1, Inc.
The gauges shall be a minimum of 6.00" in diameter and shall have white faces
with black lettering, with a pressure range of 30.00"-0-600#.
The pump pressure and vacuum gauges shall be installed adjacent to each other
at the pump operator's control panel.
Test port connections shall be provided at the pump operator's panel. One shall
be connected to the intake side of the pump, and the other to the discharge
manifold of the pump. They shall have 0.25 in. standard pipe thread
connections and polished stainless steel plugs. They shall be marked with a
label.
298. PRESSURE GAUGES
The individual "line" pressure gauges for the discharges shall be interlube filled
and manufactured by Class 1.
The gauges shall be a minimum of 3.50" in diameter and shall have white faces
with black lettering.
Gauges shall be compound type with a vacuum/pressure range of 30.00"-0600#.
The individual pressure gauge shall be installed as close to the outlet control as
practical.
299. WATER LEVEL GAUGE
An electronic water level gauge shall be provided on the operator's panel that
registers water level by means of five colored LED lights. The lights shall be
durable, ultra-bright five LED design viewable through 180 degrees. The water
level indicators shall be as follows:
- 100% = Green
- 75% = Yellow
- 50% = Yellow
- 25% = Yellow
- Refill = Red
The light shall flash when the level drops below the given level indicator to
provide an eighth of a tank indication. To further alert the pump operator, the
lights shall flash sequentially when the water tank is empty.
The level measurement shall be based on the sensing of head pressure of the
fluid in the tank.
The display shall be constructed of a solid plastic material with a chrome plated
Page 83 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
die cast bezel to reduce vibrations that can cause broken wires and loose
electronic components. The encapsulated design shall provide complete
protection from water and environmental elements. An industrial pressure
transducer shall be mounted to the outside of the tank. The field calibratable
display measures head pressure to accurately show the tank level.
300. LIGHT SHIELD
The pump panel controls and gauges shall be illuminated by LED lights
installed under an aluminum diamond plate combination step/light shield. The
stepping surface shall be a minimum of 8.00" deep and properly reinforced to
support a man's weight.
Illumination shall be provided by a 36" On Scene Solutions Night Stik LED
light for controls, switches, essential instructions, gauges, and instruments
necessary for the operation of the apparatus and the equipment provided on it.
External illumination shall be a minimum of five (5) foot-candles on the face of
the device. Internal illumination shall be a minimum of four (4) footlamberts.
The pump panel light shall come on when the pump is shifted into gear from
inside the cab. This shall afford the operator illumination when first
approaching the control panel.
One (1) Ri-Tar, Model M27HW2 LED, step light shall be provided. The step
light shall be installed as to illuminate the top of the step for night time vision.
The step light shall be activated by the pump panel light switch.
301. MICROPHONE & SPEAKER COMPARTMENT
A microphone and speaker compartment with a polished stainless steel door
shall be incorporated into the pump operator's panel. Compartment size shall be
12.00" high x 9.00" wide x 6.00" deep.
302. ELECTRICAL HARNESS INSTALLATION
To ensure rugged dependability, all 12-volt wiring harnesses installed by the
apparatus manufacturer shall conform to the following specifications:
 SAE J1128 - Low tension primary cable
 SAE J1292 - Automobile, truck, truck-tractor, trailer and motor coach
wiring
 SAE J163 - Low tension wiring and cable terminals and splice clips
 SAE J2202 - Heavy duty wiring systems for on-highway trucks
 NFPA 1901 - Standard for automotive fire apparatus
 FCR 571.302 - Flammability of interior materials for passenger cars,
multipurpose passenger vehicles, trucks and buses (Title 49 Transportation)
 SAE J1939 - Serial communications protocol
 SAE J2030 - Heavy-duty electrical connector performance standard
 SAE J2223 - Connections for on board vehicle electrical wiring
harnesses
 NEC - National Electrical Code
 SAE J561 - Electrical terminals - Eyelet and spade type
 SAE J928 - Electrical terminals - Pin and receptacle type A
Page 84 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
 FCR 571.108 - Federal Motor Vehicle Safety Standards Lamps,
reflective devices, and associated equipment. (Title 49 - Transportation)
Wiring shall be run in loom or conduit where exposed, and have grommets or
other edge protection where wires pass through metal. Wiring shall be color,
function and number coded. Wire colors shall be integral to each wire insulator
and run the entire length of each wire. Harnessing containing multiple wires and
uses a single wire color for all wires shall not be allowed. Function and number
codes shall be continuously imprinted on all wiring harness conductors at 2.00"
intervals. Exterior exposed wire connectors shall be positive locking, and
environmentally sealed to withstand elements such as temperature extremes,
moisture and automotive fluids. Electrical wiring and equipment shall be
installed utilizing the following guidelines:
(1) All wire ends not placed into connectors shall be sealed with a heat shrink
end cap. Wires without a terminating connector or sealed end cap shall not
be allowed.
(2) All holes made in the roof shall be caulked with silicon (NO
EXCEPTION). Large fender washers, liberally caulked, shall be used
when fastening equipment to the underside of the cab roof.
(3) Any electrical component that is installed in an exposed area shall be
mounted in a manner that shall not allow moisture to accumulate in it.
Exposed area shall be defined as any location outside of the cab or body.
(4) For low cost of ownership, electrical components designed to be removed
for maintenance shall be quickly accessible. For ease of use, a coil of wire
shall be provided behind the appliance to allow them to be pulled away
from the mounting area for inspection and service work.
(5) Corrosion preventative compound shall be applied to non-waterproof
electrical connectors located outside of the cab or body. All nonwaterproof connections shall require this compound in the plug to prevent
corrosion and for easy separation of the plug.
(6) Any lights containing non-waterproof sockets in a weather-exposed area
shall have corrosion preventative compound added to the socket terminal
area.
(7) All electrical terminals in exposed areas shall have DOW 1890 protective
Coating applied completely over the metal portion of the terminal.
(8) Rubber coated metal clamps shall be used to support wire harnessing and
battery cables routed along the chassis frame rails.
(9) Heat shields shall be used to protect harnessing in areas where high
Page 85 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
temperatures exist. Harnessing passing near the engine exhaust shall be
protected by a heat shield.
(10) All braided wire harnesses shall have a permanent label attached for easy
identification of the harness part number and fabrication date.
(11) All standard wiring entering or exiting the cab shall be routed through
sealed bulkhead connectors to protect against water intrusion into the cab.
303. BATTERY CABLE INSTALLATION
All 12-volt battery cables and battery cable harnessing installed by the
apparatus manufacturer shall conform to the following requirements:
 SAE J1127 - Battery Cable
 SAE J561 - Electrical terminals, eyelets and spade type
 SAE J562 - Nonmetallic loom
 SAE J836A - Automotive metallurgical joining
 SAE J1292 - Automotive truck, truck-tractor, trailer and motor coach
wiring
 NFPA 1901 - Standard for automotive fire apparatus
Battery cables and battery cable harnessing shall be installed utilizing the
following guidelines:
(1) All battery cables and battery harnesses shall have a permanent label
attached for easy identification of the harness part number and fabrication
date.
(2) Splices shall not be allowed on battery cables or battery cable harnesses.
(3) For ease of identification and simplified use, battery cables shall be color
coded. All positive battery cables shall be red in color or wrapped in red
loom the entire length of the cable. All negative battery cables shall be
black in color.
(4) For ease of identification, all positive battery cable isolated studs throughout
the cab and chassis shall be red in color.
(5) For increased reliability and reduced maintenance, all electrical buss bars
located on the exterior of the apparatus shall be coated to prevent corrosion.
304. ELECTRICAL COMPONENT INSTALLATION
All lighting used on the apparatus shall be, at a minimum, a two (2) wire light
grounded through a wired connection to the battery system. Lights using an
apparatus metal structure for grounding shall not be allowed.
An operational test shall be conducted to ensure that any equipment that is
permanently attached to the electrical system is properly connected and in
working order. The results of the tests shall be recorded and provided to the
Countyat time of delivery.
Page 86 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
305. STEP LIGHTS
Four (4) Ri-Tar, Model M27HW2 LED, step lights shall be provided. One (1)
step light shall be provided on each side, on the front compartment face and two
(2) step lights at the rear to illuminate the tailboard.
These step lights shall be actuated with the pump panel light switch.
306. REAR FMVSS LIGHTING
The rear stop/tail and directional lighting shall consist of the following:
 Two (2) Whelen Model: 60R00BRR red LED stop/tail lights.
 Two (2) Whelen, Model: 60A00TAR, amber LED populated arrow turn
light.
 Two (2) Whelen, Model: 60C00VCR, LED backup lights shall be
provided.
These lights shall be installed at the rear of the truck in a polished housing.
Four (4) red reflectors shall be provided.
The three (3) Truck-Lite model 35 LED identification lights or or
equivalent shall be located at the rear and shall be installed per the
following:
 As close as practical to the vertical centerline.
 Centers spaced not less than six (6) inches or more than twelve
(12) inches apart.
 Red in color and all at the same height.
The four (4) Truck-Lite model 35 LED clearance lights or equivalent
shall be located at the rear shall and shall be installed per the following:
 To indicate the overall width of the vehicle.
 One (1) each side of the vertical centerline.
 All at the same height and as near the top as practical.
 To be visible from the rear and the side.
 One (1) each side, facing the side and one (1) each side, facing
the rear.
 Per FMVSS 108 and CMVSS 108 requirements.
307. LIGHTING BEZEL
Two (2) Whelen, Model Cast 4V, four (4) light aluminum housings shall be
provided for the rear stop/tail, directional, scene lights and warning.
308. LICENSE PLATE BRACKET
There shall be one (1) license plate bracket, clear LED light shall illuminate the
license plate. There shall be one (1) license plate bracket, Ri-Tar model M27
clear LED light shall illuminate the license plate.
309. INTERLOCK, NFPA MIDSHIP LIGHTS
The NFPA midship lights shall be disabled when the pump is put into gear.
The lights shall be disabled to allow the pump operator to work at the pump
panels without the interference from the flashing lights.
Page 87 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
310. MAP LIGHT
One (1) map light with goose neck with a switch control on base of light shall
be installed to the left of the officer. The light shall be a Sunnex, Model 762
with a swivel joint arm capable for 360 degree axial rotation and 90 degree
angular.
311. LIGHT, INTERMEDIATE
One (1) pair, of Truck-Lite, Model: 21290 amber LED light kits shall be
furnished, one (1) each side of the rear fender panel. The light shall double as a
turn signal and marker light.
312. SPECIAL MOUNTING LOCATION, REAR MULTIPLEX CONTROL
BOX
The rear multiplex control box shall be moved as far forward as possible, and
raised approximately 3.0" from standard to increase the angle of departure.
313. "DO NOT MOVE APPARATUS" INDICATOR
A Whelen, model CR12 Responder Cadet, red rotating beacon (located in the
driving compartment) shall be illuminated automatically per NFPA (1996
edition, 9-11 or 1999 edition 11-11). The light shall be labeled "Do Not Move
Apparatus If Light Is On".
An audible alarm shall be provided with the open door indicator light. This
alarm shall be a Moose model MPI-47B Piezo Sounder and shall be used only
for the door open alarm.
The CR12 will activate when the parking brake is set with the ignition switch
on. When the parking brake is released the audible alarm and light will be
activated.activated.
314. MESSAGES, DISPLAY, Do Not Move Truck
There will be fourteen (14) possible messages displayed on the "Do Not Move
Truck" screen, of the information center. The messages will designate the
specified location of what open doors or other applicable options are not in the
stowed position (parking brake has been released).
The following messages will be displayed (IF APPLICABLE):
DS Cab Door Open (Driver Side Cab Door Open)
PS Cab Door Open (Passenger's Side Cab Door Open)
DS Crew Cab Door Open (Driver Side Crew Cab Door Open)
PS Crew Cab Door Open (Passenger's Side Crew Cab Door Open)
DS Body Door Open (Driver Side Body Door Open)
PS Body Door Open (Passenger's Side Body Door Open)
Rear Body Door Open.
Page 88 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Ladder Rack Not Stowed
Deck Gun Not Stowed
L Tower Not Stowed (Light Tower Not Stowed)
Hatch Door Open
Stabilizer Not Stowed
Steps Not Stowed
Handrail Not Stowed
Any other device that is opened, extended, or deployed that creates a hazard or
is likely to cause damage to the apparatus if the apparatus is moved, will show
up in the flashing warning box after the parking brake is disengaged.
315. COMPARTMENT LIGHTING
On Scene Solutions LED compartment light strips shall be provided in each
compartment. Strips shall be mounted vertically along each side of the door
framing. The total combined length of the light strips shall be within 6.00" to
the top and bottom of the compartment door opening.
There shall be a total of six (6) compartments that include these lights.
Opening the compartment door shall automatically turn the compartment
lighting on.
316. SWITCH, MASTER COMPARTMENT LIGHT
A master switch for the compartment lights shall be installed inside the cab, on
the light switch panel.
317. WORK LIGHTS, RECESSED IN COMPARTMENT DOOR
A four (4) inch light shall be provided in the door pans of the driver's side liftup compartment. The light shall be controlled by the automatic door switch.
The total of one (1) compartment door pans shall be provided with a four (4)
inch light.
318. PUMP COMPARTMENT LIGHT
A pump compartment light shall be provided inside the right side pump
enclosure and accessible through a door on the pump panel.
A .125" weep hole shall be provided in each light lens, preventing moisture
retention.
319. PERIMETER SCENE LIGHTS, CAB
There shall be a weatherproof light provided for each cab door. Lighting shall
be designed to provide illumination on areas under cab and crew cab exit areas,
which shall be activated automatically when the exit doors are opened, by the
door jam switch. The light is an integral part of the inside door panel.
Page 89 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The lighting shall be capable of providing illumination at a minimum level of
one (1) foot-candle on ground areas within 30.00" of the edge of the apparatus
in areas which personnel climb in or out of the apparatus or descend from the
apparatus to the ground level.
320. PERIMETER SCENE LIGHTS, BODY
There shall be a total of four (4) Truck-Lite, model 60, grommet mount,
weatherproof lights provided on the apparatus. Two (2) lights shall be provided
under the rear step area and two (2) lights shall be provided under the pump
panel running boards. The lights shall be spaced one (1) each side of apparatus
and have a clear lens. The perimeter scene lights shall be activated by a rocker
switch in the cab.
The lighting shall be capable of providing illumination at a minimum level of
one (1) foot-candle on ground areas within 30.00" of the edge of the apparatus
in areas designed for personnel to climb onto the apparatus or descend from the
apparatus to the ground level.
321. 12 VOLT LIGHTING
A Fire Research, Optimum OPA851-HD15, 12VDC HID light shall be
provided. The light shall be mounted on a special bracket on the front of the
cab roof. Bracket will be sized to fit the light.
Light head shall be 12 volt, draw 12.5 amps, produce 11,250 Lumens, and a 150
watt HID bulb.
All wiring used shall be a minimum of 10 gauge wire in loom that is properly
supported and protected from injury.
The light shall be controlled by a control at the driver side switch panel.
These lights may be load managed when the parking brake is set.
322. LED HOODED WORK LIGHT
Additional Ri-Tar, LED work lights with chrome bezels shall be provided. The
lights shall be activated by the pump operator's panel light switch. The hooded
work lights shall be installed above the #4 discharge. The quantity of additional
hooded work lights is one (1) light.
323. DECK LIGHTS
Two (2) Collins, model FX-12, lights shall be mounted, one (1) each side, at the
rear of the hose bed.
The rear deck lights shall be mounted on the beavertail flange to keep the
overall height as low as possible.
324. HOSEBED LIGHT SWITCH
Switching shall be provided for the hose bed lights and shall be installed on the
cab instrument panel.
325. HANDLIGHTS
There shall be four (4) lights MagLite model RX1019 or equivalent, hand-lights
Page 90 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
or equivalent each with a 12v direct charger provided and located on the engine
tunnel, one (1) each side and one (1) to the inside of each rear facing crew cab
seat.
326. HAND HELD LIGHT
There shall be two (2) lights 12v Streamlight, Model #44401, or equivalent Fire
Vulcan, lights mounted run wires one (1) each side just outboard of the center
forward facing seat base, down low - coming out of the rear wall of the cab..
Each light housing shall be orange in color and be provided with a dual filament
halogen bulb and two "ultra bright blue taillight LEDs". The LEDs will have a
dual mode (blinking or steady).
327. AIR HORN SYSTEM
One (1) Grover air horn shall be provided and installed in the front bumper,
recessed on the driver's side. The air horn system shall be piped to the air brake
system wet tank utilizing .38" tubing. A pressure protection valve shall be
installed to prevent the loss of air, in the brake system.
328. AIR HORN CONTROL
The air horns shall be actuated by a chrome push button located on the officer
side of the engine tunnel located approximately where passenger’s knee sits.
And by the horn button in the steering wheel. The driver shall have the option
to control the air horns or the chassis horns from the horn button by means of a
selector switch located on the instrument panel.
329. ELECTRONIC SIREN
A Whelen, Model: 295HFS, electronic siren and remote head with microphone,
shall be installed.
A Whelen, Model: 295HFSDA, second amplifier kit shall be provided.
The model to be used shall be determined by the chassis and location of the
siren remote head.
Siren head shall be located in the console, switch assembly #3.
330. ELECTRONIC SIREN CONTROL
The electronic siren shall be controllable on the siren head and horn ring only.
No foot switches shall be required.
The driver shall have the option to control the siren or the chassis horns from
the horn button by means of a selector switch located on the instrument panel.
331. ELECTRONIC SIREN SPEAKER
There shall be one (1) speaker recessed in the front bumper. Each speaker shall
be a Whelen, Model SA122FMP, cast aluminum, 100-watt, flange mount with
polished aluminum finish. Each speaker shall be connected to the siren
amplifier.
332. MECHANICAL SIREN
A Federal Q2B siren shall be installed by contractor. A siren brake button shall
Page 91 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
be installed on the center console switch panel.
The mechanical siren shall be recessed in the front bumper in the center. The
siren shall be supported by the bumper framework.
The mechanical siren shall be actuated by two (2) foot switches, one (1) located
on the officer's side and one (1) on the driver's side.
333. WARNING LIGHTS
A Whelen Freedom model FN**VLED lightbar shall be mounted on the cab
roof.
The length shall be 82". The lightbar shall include the following:
 Eight (8) red flashing forward facing LED modules.
 Two (2) clear flashing forward facing LED modules.
 Two (2) red flashing front corner LED modules.
 Two (2) red flashing rear corner LED modules.
 Two (2) red flashing rear facing LED modules.
 One (1) 3M model 9592 Opticom with National standard.
All the lenses shall be same color as the LED they are in front of.
Two (2) switches located in the cab, on the switch panel, shall control this
lightbar.
 One (1) for all the warning lights.
 One (1) for the traffic light controller.
To meet NFPA requirements, the clear LED lights and the traffic light
controller shall be disabled when the parking brake is applied.
334. HEADLIGHT FLASHER
The high beam headlights shall flash alternately between the left and right side,
with a control switch located on the cab instrument panel.
The flashing shall automatically cancel when the headlight switch is activated
or when the parking brake is set.
335. TRAFFIC DIRECTING LIGHT
One (1) 46.81" Whelen, Model: TAL85, traffic directing light shall be mounted
behind the roof mounted air conditioner on the cab roof in and aluminum tread
plate enclosure.
This light shall include eight (8) amber LED modules.
One (1) Whelen, Model: TACTLD1, control head, located with in easy reach of
the driver shall be included with this installation. This control shall be activated
at the head, the emergency master and the upper rear warning light switch.
336. SIDE ZONE LOWER LIGHTING
Six (6) Whelen model 60*02F*R flashing "Super" LED lights shall be located
at the following positions:
 Two (2) lights, one each side on the bumper extension - red Super
LED/red lens each side.
Page 92 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
 Two (2) lights, behind the crew cab steps per print - red Super LED/rd
lens each side.
 Two (2) lights, forward of the wheel well - red Super LED/red lens
each side.
The lights shall be controlled by a lighted switch on the cab instrument panel.
These lights shall be installed with three (3) pair of flange kits.
337. REAR ZONE LOWER LIGHTING
Two (2) Whelen model 60*02F*R, LED, red Super LED/red lens lights shall be
located at the rear of the apparatus required to meet or exceed the lower level
optical warning and optical power requirements of NFPA.
Each light shall be mounted in a housing.
338. REAR ZONE UPPER LIGHTING
Two (2) Whelen L31H*FN LED warning beacons shall be provided at the rear
of the truck, located one (1) each side. These lights shall be activated by a
lighted switch on the instrument panel.
The color of the lights shall be red LEDs with both domes red.
The driver's side rear warning light shall be mounted on top of the
compartmentation with all wiring totally enclosed. The clearance/marker light
shall be mounted to the side of the compartment ridge.
The passenger's side rear warning light shall be mounted on a low mount
stainless steel bracket with all wiring totally enclosed. These brackets shall also
support the clearance/marker light.
339. INVERTER / BATTERY CHARGER
A Vanner Model Bravo 1050 model QBC10-12/120-60GI inverter/battery
charger shall be provided. The inverter shall provide 1050 continuous watts of
120 VAC modified sine wave power to operate lights, tools and appliances.
The inverter shall be connected to the batteries through proper fusing and also
to shoreline AC power.
This system shall include a three stage automatic battery charger compatible
with single battery systems. The battery charger shall have a selectable output
limit from 27.5 amps to 55 amps. The battery charger shall automatically
monitor chassis battery voltage and charge batteries according to their current
voltage levels. A Kussmaul model 091-94-XX, or equivalent, battery charging
indicator shall be provided on the crew cab seat riser.
An auto transfer switch shall be included allowing AC loads connected to the
inverter to be powered from the battery whenever shoreline AC power is not
available. If shoreline AC power is available, the battery charger function shall
be active and the AC loads connected to the inverter shall be powered through
the shoreline connection.
Page 93 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
The inverter/battery charger shall be mounted in the driver side forward
compartment and have adequate ventilation. A master on/off switch shall be
provided in the driver side cab switch panel.
340. CIRCUIT BREAKER PANEL
A circuit breaker panel shall be installed in the Front compartment bulkhead
wall reference photo. A directory for each breaker shall be provided adjacent to
the circuit breaker panel. Identification of circuits shall be done in a durable
manner that provides years of service.
341. GENERATOR BREAKER SWITCH GUARD
The generator on/off circuit breaker switch, located over the breaker panel shall
have a guard to prevent accidental shutting the breakers off.
342. 120 VOLT LIGHTING, PUSH UP/THROUGH ROOF
The apparatus shall be equipped with an quartz tube floodlight with push-up
style, through roof mount with demountable lighthead.
Each light head shall be demountable, 120 volt, 500 watts, draw 4.5 amps, and
have an output of 16,850 lumens.
The bottom of the push-up pole shall be fitted with a handgrip for raising and
lowering the light. The light head shall be painted with powder coat, white in
color and shall swivel 360 degrees left or right and tilt up and down. The cord
shall exit the bottom of the pole with a socket at the top for the light head
All wiring used shall be a minimum of 14 gauge 3 wire cable that is properly
supported and protected from damage.
A total of One (1) shall be provided driver's side catwalk per print.
343. 120 VOLT LIGHTING, PUSH UP
The apparatus shall be equipped with an quartz tube floodlight with push-up
style, side mount with demountable light head.
Each light head shall be demountable, 120 volt, 500 watts, draw 4.5 amps, and
have an output of 16,850 lumens.
The bottom of the push-up pole shall be fitted with a handgrip for raising and
lowering the light. The light head shall be painted with powder coat, white in
color and shall swivel 360 degrees left or right and tilt up and down. The cord
shall exit the bottom of the pole with a socket at the top for the light head
All wiring used shall be a minimum of 14 gauge 3 wire cable that is properly
supported and protected from damage.
A total of One (1) shall be provided forward passenger's side sheet.
344. REMOTE SWITCH (Quartz Light)
A remote on/off actuation switch, with a 12VDC, green indicator light, shall be
Page 94 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
provided to actuate a 120/240 volt solenoid switch for each quartz light.
The two (2) switches shall be located on the cab instrument panel. The
switches shall control the lights located one (1) each side in the forward portion
of the booster reel compartment, just to the rear of the crosslay.
345. TELESCOPIC LIGHT ALARM (CUSTOM CHASSIS)
When the telescopic floodlight is in the up position and the parking brake is
released, the open door indicator shall be activated as an alarm.
346. 110 VOLT INTERIOR JUNCTION BOX
Junction box with a solid cover shall be provided with 110 volt 14 gauge wiring
three (3) wire type connected to the shoreline.
There shall be one (1) receptacle provided.
The junction box will be located in the passenger's side rear compartment in the
front lower corner of the water tank wall and painted gray to match the
compartment interior.
347. 120 VOLT INTERIOR JUNCTION BOX
A junction box with a solid cover shall be provided. The circuit provided to the
box shall be 120 volt with a 14 gauge three (3) wire cord connected to the
shoreline.
The box shall be painted job color.
There shall be three (3) receptacles provided.
There will be two (2) painted junction boxes located in the jump seat area and
one (1) painted junction box on the BACK SIDE OF THE WRAP AROUND
DASH FACING THE OFFICER.
348. 20 AMP RECEPTACLE
Wired to the power supply shall be three (3) receptacles that are a 120 volt 20
amp three wire twist-lock NEMA L5-20 type with weather resisting cover
located one (1) on the rear of the cab each side and one (1) at the left rear next
to the auto eject plug.
349. KUSSMAUL AUTO EJECT FOR SHORELINE
One (1) shoreline receptacle shall be provided to operate the dedicated 120-volt
circuits on the truck without the use of the generator.
The shoreline receptacle (s) shall be provided with a NEMA 5-20, 120 volt, 20
amp, straight blade Kussmaul Super auto eject plug or equivalent with a yellow
weatherproof cover. The cover is spring loaded to close, preventing water from
entering when the shoreline is not connected.
The unit is completely sealed to prevent road dirt contamination.
Page 95 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
A solenoid wired to the vehicle's starter is energized when the engine is started.
This instantaneously drives the plug from the receptacle.
An internal switch arrangement shall be provided to disconnect the load prior to
ejection to eliminate arcing of the connector contacts.
The shoreline shall be connected to the battery charger, the engine heater, and
the 4 junction boxes.
A mating connector body shall also be supplied with the loose equipment.
The shoreline receptacle shall be located on the driver side rear bulkhead of
body.
350. LOOSE EQUIPMENT
The following equipment shall be furnished with the completed unit:
- One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts
and washers, as used in the construction of the unit
351. SCUFFPLATES
Two (2) stainless steel scuffplates shall be provided in loose equipment. The
scuffplates shall be 6.00 wide x 8.00 long.
352. PAINT
The exterior custom cab and body painting procedure shall consist of a six (6)
step finishing process as follows:
1. Manual Surface Preparation - All exposed metal surfaces on the custom cab
and body shall be thoroughly cleaned and prepared for painting. Surfaces that
shall not be painted include all chrome plated, polished stainless steel, anodized
aluminum and bright aluminum treadplate. Each imperfection on the exterior
metal surface shall be removed or filled and then sanded smooth for a smooth
appearance. All seams shall be sealed before painting.
2. Chemical Cleaning and Treatment - The metal surfaces shall be properly
cleaned using a high pressure and high temperature acid etching system.
Surfaces are chemically cleaned to remove all dirt, oil, grease and metal oxides
to ensure the subsequent coatings bond well. An ultra pure water final rinse
shall be applied to all metal surfaces, excluding undercarriage components, at
the conclusion of the metal treatment process.
3. Primer/Surfacer Coats - A two (2) component urethane primer/surfacer shall
be hand applied to the chemically treated metal surfaces to provide a strong
corrosion protective base coat and to smooth out the surface.
4. Hand Sanding - The primer/surfacer coat shall be lightly sanded to an ultra
smooth finish.
Page 96 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
5. Sealer Primer Coat - A two (2) component sealer primer coat shall be
applied over the sanded primer.
6. Topcoat Paint - Two (2) coats of an automotive grade, two (2) component
acrylic urethane paint, shall also be applied.
All removable items such as brackets, compartment doors, door hinges, trim,
etc. shall be removed and painted separately to insure paint behind all mounted
items. Body assemblies that can not be finish painted after assembly shall be
finish painted before assembly.
The cab shall be two-tone, with the upper section painted white (shade as
directed at pre-construction) and lower section of the cab and body painted red
(shade as directed at pre-construction).
353. PAINT - ENVIRONMENTAL IMPACT
Contractor shall meet or exceed all current State (his) regulations concerning
paint operations. Pollution control shall include measures to protect the
atmosphere, water and soil. Controls shall include the following conditions:
- Topcoats and primers must be chrome and lead free.
- Metal treatment chemicals must be chrome free. The wastewater generated
in the metal treatment process must be treated on-site to remove any other
heavy metals.
- Particulate emission collection from sanding operations must have a 99.99%
efficiency factor.
- Particulate emissions from painting operations must be collected by a dry
filter or water wash process. If the dry filter means is used, it must have an
efficiency rating of 98.00%. Water wash systems must be 99.97% efficient.
- Water from water wash booths must be reused. Solids shall be removed
mechanically on a continual basis to keep the water clean.
- Paint wastes are disposed of in an environmentally safe manner. They are
used as fuel in kilns used in the cement manufacturing process - thereby
extracting energy from a waste material.
- Empty metal paint containers must be cleaned, crushed and recycled to
recover the metal.
- Solvents used in cleanup operations must be collected, sent off-site for
distillation and returned for reuse. Residue from the distillation operation
shall be used as fuel in off-site cement kilns.
Additionally, the finished apparatus shall not be manufactured with or contain
Page 97 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
products that have ozone depleting substances. Contractor shall, upon demand,
present evidence that his manufacturing facility meets the above conditions and
that it is in compliance with his State EPA rules and regulations.
354. PAINT CHASSIS FRAME ASSEMBLY
The chassis frame assembly shall be painted black before the installation of the
cab and body, and before installation of the engine and transmission assembly,
air brake lines, electrical wire harnesses, etc. Components that are included
with the chassis frame assembly that shall be painted black are frame rails,
cross members, axles, suspension, steering gear, fuel tank, body substructure
supports, miscellaneous mounting brackets, etc.
355. PAINT, COMPARTMENT INTERIOR
Interior of compartmentation shall be painted with gray spatter type paint.
356. REFLECTIVE BAND
A 6.00" white reflective band shall be provided across the front of the vehicle
and along the sides of the body. A 4.00" band shall be provided at the rear of
the apparatus.
357. STRIPE, DIAGONAL REFLECTIVE ON STEPS
A series of three (3) yellow reflective stripes, evenly spaced, shall be applied to
the front and rear surfaces of each cab and crew cab step. The stripes shall be
angled toward the cab at a 45 degree angle.
358. REFLECTIVE STRIPE INSIDE COMPARTMENT DOOR
A 6.00" white reflective stripe shall be provided inside six (6) compartment
doors.
The reflective band provided on the cab face shall be below the headlights on
the fiberglass or on the bumper.
359. REFLECTIVE STRIPE, CAB DOORS
A 4.00" x 24.00" white reflective stripe shall be provided across the interior of
each cab door. The stripe shall be located approximately 1.00" up from the
bottom, on the stainless steel door panel.
This stripe shall meet the NFPA 1901 requirement.
360. STRIPE (On Paint Break)
There shall be a gold leaf stripe provided on the paint break. The stripe shall be
on both sides of cab and in place of chrome molding.
361. GOLD LEAF STRIPE ON THE CAB
There shall be one (1) gold leaf stripe on each side of the cab, along the bottom
edge of the cab doors.
362. CAB STRIPE
There shall be one (1) gold leaf stripe located just below the window line on
each side of the cab front.
363. BODY STRIPE
There shall be a gold leaf stripe around the top, bottom, front and rear edges of
the body compartments with scrolls in each corner. It shall include black
outline with an accent stripe.
Page 98 of 118
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
#
Requirements List
Complies?
Yes/No
Exceptions,
Clarifications,
Amendments
Yes/No
364. STRIPING
The striping shall be totally encapsulated between two (2) layers of clear vinyl.
A white pin stripe shall accent the stripe.
365. LETTERING
Sixty-one (61) to eighty (80) genuine gold leaf lettering, 3.00" high, outlining
and shading shall be provided.
Forty-one (41) to sixty (60) genuine gold leaf letters, 2.00" high, outlined and
shaded shall be provided.
The lettering shall be totally encapsulated between two (2) layers of clear vinyl.
366. CAB GRILLE DESIGN
An American flag design shall be painted on the cab grille.
367. EMBLEM
There shall be one (1) pair of emblems, number in a shield border
approximately 9.00" high x 9.00" wide, provided and installed one (1) on each
front cab door. The emblems shall be fabricated from gold leaf and paint. They
shall be encapsulated between two layers of clear vinyl. They shall match their
previous unit.
368. HAND HELD FLASHLIGHTS
There shall be four (4) Pelican Products model 3750DWT, Big Ed, rechargeable
light systems with 12VDC adapters provided and installed as directed at preconstruction.
EXCEPTIONS TO SPECIFICATIONS
Any and all exceptions to the specifications must be clearly stated, referenced by item number, in
Exhibit I of this RFQ. Use additional pages for exceptions, if necessary.
F.
REPORTS AND DELIVERABLES
1.
NFPA 2009 Standards
This unit shall comply with the NFPA standards effective January 1, 2009, except for
fire department specifications that differ from NFPA specifications. These exceptions
shall be set forth in the Statement of Exceptions.
Certification of slip resistance of all stepping, standing and walking surfaces shall be
supplied with delivery of the apparatus.
A plate that is highly visible to the driver while seated shall be provided. This plate
shall show the overall height, length, and gross vehicle weight rating.
The manufacturer shall have programs in place for training, proficiency testing and
performance for any staff involved with certifications.
Page 99 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
An official of the company shall designate, in writing, who is qualified to witness and
certify test results.
2.
Amp Draw Report
The contractor shall provide, at the time of delivery, an itemized print out of the expected
amp draw of the entire vehicle's electrical system.
The manufacturer of the apparatus shall provide the following:
a.
Documentation of the electrical system performance tests.
b.
A written load analysis, which shall include the following:

The nameplate rating of the alternator.

The alternator rating under the conditions specified per:
Applicable NFPA 1901 or 1906 (Current Edition).

The minimum continuous load of each component that is specified per:
Applicable NFPA 1901 or 1906 (Current Edition).

Additional loads that, when added to the minimum continuous load,
determine the total connected load.

Each individual intermittent load.
All of the above listed items shall be provided by the bidder per the applicable NFPA
1901 or 1906 (Current Edition).
G.
DEBARMENT/SUSPENSION POLICY:
In order to prohibit the procurement of any goods or services ultimately funded by
Federal awards from debarred, suspended or otherwise excluded parties, each bidder will
be screened at the time of RFP/RFQ response to ensure bidder, its principal and their
named subcontractors are not debarred, suspended or otherwise excluded by the United
States Government in compliance with the requirements of 7 Code of Federal
Regulations (CFR) 3016.35, 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR 92.35
and Executive Order 12549.
 The County will verify bidder, its principal and their named subcontractors are not
on the Federal debarred, suspended or otherwise excluded list of vendors located
at www.epls.gov; and
 Bidders are to complete a Debarment and Suspension Certification form, Exhibit
N attached, certifying bidder, its principal and their named subcontractors are not
debarred, suspended or otherwise excluded by the United States Government.
Page 100 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
H.
GENERAL ENVIRONMENTAL REQUIREMENTS: The requirements outlined in this
section apply to all product categories contained in this bid.
1.
Measure D Requirements:
It is the objective of the County to purchase products with the lowest overall
environmental impact from manufacturing through end of life and to procure
services that achieve this same objective. To meet this objective, environmental
factors and product attributes are evaluated in the procurement process. The
County is mandated under Measure D to divert seventy five percent (75%) of
material from landfill by the year 2010 through recycling and source reduction and
to encourage markets for environmentally preferable goods through its
procurement process.
2.
Regulatory Compliance:
Manufacturers and service providers will be in compliance with all local, state,
and federal environmental and worker health and safety regulations that apply to
their operation.
3.
Source Reduction and Packaging:
The County has a strong commitment to source reduction, minimizing waste
generation, and reducing the County’s expenditure on waste disposal and
recycling. Bidders shall provide bulk packaging, reusable, or minimal packaging
in providing products to the County. Packaging will be both made from recycled
materials and be recyclable. Contractors should explore and provide opportunities
for the reuse of packaging materials. In the bid response, Bidders shall include a
written summary of their planned efforts to minimize the amount of packaging and
shipping materials and should describe the post-consumer recycled content of
those materials.
Packaging shall not contain inks, dyes, pigments, stabilizers, or any other additives
to which any lead, cadmium, mercury, and hexavalent chromium has been
intentionally introduced. The sum of the concentration levels of lead, cadmium,
mercury, and hexavalent chromium shall not exceed one hundred (100) parts per
million by weight. Packaging is discussed further in the “Technical and
Performance Specification” section.
4.
Pallets and Large-Volume Packaging:
Pallets and large-volume packaging materials will be taken back by the
Contractors. The County encourages the use of pallets that meet the EPA’s
minimum post-consumer recycled content guidelines for pallets that can be found
Page 101 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
at http://www.epa.gov/epaoswer/non-hw/procure/products/pallets.htm. In the case
of large-volume packaging, the County prefers that the vendor reuse or recycle the
material.
5.
Persistent Bioaccumulative Toxins:
In January 2002, the County passed a resolution “to encourage the reduction and
where feasible, the elimination of [persistent, bioaccumulative and toxic chemical]
(PBT) emissions…” The United States Environmental Protection Agency has
established a list of twelve priority PBTs including dioxins, polychlorinated
biphenyls, mercury and its compounds, lead and others. The most current list can
be found at the EPA’s website at www.epa.gov/opptintr/pbt/. Additionally, PBTs
are listed in the CCR in Section 66261.24.
Contractors must provide products and services that allow the County to comply
with the PBT Resolution and must complete the certification statement included in
the Attachments. The Resolution requires that the County eliminate and reduce the
procurement of products and services which contain or cause the generation and
release of PBTs into the environment during their manufacture, use, or
destruction/disposal. Bidders should provide products that do not contain, use, or
generate PBTs. If no alternative materials are available, Bidders should notify the
County in writing prior to providing such materials to the County or using these
materials when providing services to the County.
III.
INSTRUCTIONS TO BIDDERS
I.
COUNTY CONTACTS
GSA-Purchasing is managing the competitive process for this project on behalf of the
County. All contact during the competitive process is to be through the GSA-Purchasing
Department only.
The evaluation phase of the competitive process shall begin upon receipt of sealed bids
until a contract has been awarded. Bidders shall not contact or lobby evaluators during
the evaluation process. Attempts by Bidder to contact evaluators may result in
disqualification of bidder.
All questions regarding these specifications, terms and conditions are to be submitted in
writing, preferably via e-mail by 12:00 pm April 27th 2009 to:
Kelley Smith, Contracts Specialist II
Alameda County, GSA-Purchasing
1401 Lakeside Drive, Suite 907
Page 102 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
Oakland, CA 94612
E-Mail: kelley.smith@acgov.org
FAX: 510-208-9626
The GSA Contracting Opportunities website will be the official notification posting place of
all Requests for Interest, Proposals, Quotes and Addenda. Go to
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view
current contracting opportunities.
J.
CALENDAR OF EVENTS
Event
Request Issued
Written Questions
Due
Networking/Bidders
Conference #1
Networking/Bidders
Conference #2
Addendum Issued
Response Due
Evaluation Period
GSA Award Date
Contract Start Date
Date/Location
April 13, 2009
BY 12:00 Noon on April 27, 2009
APRIL 28, 2009 AT 10:00 A.M. AT: General Services Agency
Room 1105, 11th Floor
1401 Lakeside Drive
Oakland, CA 94612
APRIL 29, 2009 AT 2:00 P.M. AT: Social Services Agency
California Poppy Room 225
2nd Floor
24100 Amador Street
Hayward, CA 94544
May 8, 2009
MAY 22, 2009 BY 2:00 p.m.
May 25-27, 2009
May 29, 2009
June 15, 2009
Note: Award and start dates are approximate.
It is the responsibility of each bidder to be familiar with all of the specifications, terms and
conditions and the site condition. By the submission of a Bid, the Bidder certifies that if
awarded a contract they will make no claim against the County based upon ignorance of
conditions or misunderstanding of the specifications.
K.
NETWORKING/BIDDERS CONFERENCE
A networking/bidders conference(s) will be held to:
Page 103 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
 Provide an opportunity for small and local and emerging businesses (SLEBs) and
large firms to network and develop subcontracting relationships in order to
participate in the contract(s) that may result from this RFQ.
 Provide an opportunity for bidders to ask specific questions about the project and
request RFQ clarification.
 Provide the County with an opportunity to receive feedback regarding the project
and RFQ.
Written questions submitted prior to the networking/bidders conference(s), in accordance
with the Calendar of Events, and verbal questions received at the networking/bidders
conference(s), will be addressed whenever possible at the networking/bidders conference(s).
All questions will be addressed and the list of attendees will be included in an RFQ
Addendum following the networking/bidders conference(s) in accordance with the Calendar
of Events.
Potential bidders are strongly encouraged, but not required, to attend a networking/bidders
conference in order to further facilitate subcontracting relationships. Vendors who attend a
networking/bidders conference will be added to the Vendor Bid List (see Exhibit L).
Failure to participate in a networking/bidders conference will in no way relieve the
Contractor from furnishing goods and/or services required in accordance with these
specifications, terms and conditions. Attendance at a networking/bidders conference is
strongly encouraged and recommended but is not mandatory.
Networking/bidders conferences will be held on:
April 28, 2009 at 10:00 a.m.
at
General Services Agency
Room 1105, 11th Floor
1401 Lakeside Drive
Oakland, CA 94612
Additional Information: Please allow
enough time for parking at metered street
parking or public parking lot and entry
into secure building.
L.
April 29, 2009 at 2:00 p.m.
at
Social Services Agency
California Poppy Room 225, 2nd Floor
24100 Amador Street
Hayward, CA 94544
Additional Information: Please allow
enough time for parking at metered street
parking or public parking lot and entry
into secure building.
SUBMITTAL OF BIDS
1.
All bids must be SEALED and must be received at the Office of the Purchasing
Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar
of Events.
Page 104 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF
HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED
STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND
ENTRY INTO SECURE BUILDING.
Bids will be received only at the address shown below, and by the time indicated
in the Calendar of Events. Any bid received after said time and/or date or at a
place other than the stated address cannot be considered and will be returned to the
bidder unopened.
All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier
or package delivery service, must be received and time stamped at the stated
address prior to the time designated. The Purchasing Department's timestamp
shall be considered the official timepiece for the purpose of establishing the actual
receipt of bids.
2.
Bids are to be addressed and delivered as follows:
Fire Apparatus-Pumper Truck
RFQ No. 900563
Alameda County, GSA-Purchasing
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
3.
Bidders are to submit an original hardcopy and one (1) electronic copy on a CD,
DVD or thumb drive. Electronic copy shall be in a format which is readable on a
Windows based desktop system and is to be enclosed with the sealed bid.
Hardcopy of proposal is to be either loose leaf or in a 3-ring binder, not bound.
4.
Bidder's name and return address must also appear on the mailing package.
5.
No telegraphic, email (electronic) or facsimile bids will be considered.
6.
Bidder agrees and acknowledges all RFQ specifications, terms and conditions and
indicates ability to perform by submission of its bid.
7.
Submitted bids shall be valid for a minimum period of 120 days.
8.
All costs required for the preparation and submission of a bid shall be borne by
Bidder.
9.
Only one bid response will be accepted from any one person, partnership,
corporation, or other entity; however, several alternatives may be included in one
response. For purposes of this requirement, “partnership” shall mean, and is
Page 105 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
limited to, a legal partnership formed under one or more of the provisions of the
California or other state’s Corporations Code or an equivalent statute.
M.
N.
10.
Proprietary or Confidential Information: No part of any bid response is to be
marked as confidential or proprietary. County may refuse to consider any bid
response or part thereof so marked. Bid responses submitted in response to this
RFQ may be subject to public disclosure. County shall not be liable in any way
for disclosure of any such records. Additionally, all bid responses shall become
the property of County. County reserves the right to make use of any information
or ideas contained in submitted bid responses. This provision is not intended to
require the disclosure of records that are exempt from disclosure under the
California Public Records Act (Government Code Section 6250, et seq.) or of
“trade secrets” protected by the Uniform Trade Secrets Act (Civil Code Section
3426, et seq.).
11.
All other information regarding the bid responses will be held as confidential until
such time as the County Selection Committee has completed their evaluation and,
or if, an award has been made. Bidders will receive mailed award/non-award
notification(s), which will include the name of the bidder to be awarded this
project. In addition, award information will be posted on the County’s
“Contracting Opportunities” website, mentioned above.
12.
Each bid received, with the name of the bidder, shall be entered on a record, and
each record with the successful bid indicated thereon shall, after the award of the
order or contract, be open to public inspection.
RESPONSE FORMAT
1.
Bid responses are to be straightforward, clear, concise and specific to the
information requested.
2.
In order for bids to be considered complete, Bidder must provide all information
requested. See Exhibit M, Response Content and Submittals, Completeness
Checklist.
NOTICE OF AWARD
1.
At the conclusion of the RFQ response evaluation process (“Evaluation Process”),
all bidders will be notified in writing by certified mail, return receipt requested, of
the contract award recommendation, if any, of GSA – Purchasing. The document
providing this notification is the Notice of Award.
The Notice of Award will provide the following information:
 The name of the bidder being recommended for contract award;
Page 106 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
 The names of all other bidders; and,
 In summary form: bid number and bid amounts for all bidders.
2.
O.
At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be
scheduled and provided upon written request and will be restricted to discussion of
the unsuccessful offeror’s bid with the Buyer.
a.
Under no circumstances will any discussion be conducted with regard to
contract negotiations with the successful bidder, etc.
b.
Debriefing may include review of successful bidder’s proposal.
BID PROTEST / APPEALS PROCESS
GSA-Purchasing prides itself on the establishment of fair and competitive contracting
procedures and the commitment made to following those procedures. The following is
provided in the event that bidders wish to protest the bid process or appeal the
recommendation to award a contract for this project.
1.
Any bid protest must be submitted in writing to the Assistant Director of GSA,
1401 Lakeside Drive, Suite 907, Oakland, CA 94612. The bid protest must be
submitted before 5:00 p.m. of the tenth (10th) business day following the date of
the Notice of Award.
a.
The bid protest must contain a complete statement of the basis for the
protest.
b.
The protest must include the name, address and telephone number of the
person representing the protesting party.
c.
The party filing the protest must concurrently transmit a copy of the protest
and any attached documentation to all other parties with a direct financial
interest which may be adversely affected by the outcome of the protest.
d.
The procedure and time limits are mandatory and are the Bidder’s sole and
exclusive remedy in the event of Bid Protest.
2.
Bidder’s failure to comply with these procedures shall constitute a waiver of any
right to further pursue the Bid Protest, including filing a Government Code claim
or legal proceedings.
3.
Upon receipt of written protest/appeal, GSA, Assistant Director will review and
provide an opportunity to settle the protest/appeal by mutual agreement, will
Page 107 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
schedule a meeting to discuss or issue a written response to advise an
appeal/protest decision within five (5) working days of review date.
IV.
a.
Responses will be issued and/or discussed at least five (5) days prior to an
award being made.
b.
Responses will inform the bidder whether or not the recommendation for
Award is going to change.
4.
The decision of the Assistant Director, GSA may be appealed to the AuditorController’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm.
249, Oakland, CA 94612, Fax: (510) 272-6502. All appeals to the AuditorController’s OCC shall be in writing and submitted within five (5) calendar days
of notification of decision by the Assistant Director, GSA-Purchasing.
5.
The decision of the Auditor-Controller’s OCC is the final step of the appeal
process.
TERMS AND CONDITIONS
P.
TERM / TERMINATION / RENEWAL
1.
The term of the contract, which may be awarded pursuant to this RFQ, will be 3
year(s).
2.
The County may terminate the contract at any time without written notice upon a
material breach of contract and substandard or unsatisfactory performance by the
Contractor. In the event of such termination, the County reserves the right to invite
the next highest ranked bidder to enter into a contract or re-bid the project if it is
determined to be in its best interest to do so.
3.
The County may, at its sole option, terminate any contract that may be awarded as a
result of this RFQ at the end of any County Fiscal Year, for reason of
non-appropriation of funds. In such event, the County will give Contractor at least
thirty (30) days written notice that such function will not be funded for the next fiscal
period. In such event, the County will return any associated equipment to the
Contractor in good working order, reasonable wear and tear excepted.
4.
By mutual agreement, any contract which may be awarded pursuant to this RFQ,
may be extended for two additional one year terms at agreed prices with all other
terms and conditions remaining the same.
Page 108 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
Q.
BRAND NAMES AND APPROVED EQUIVALENTS
1.
R.
Any references to manufacturers, trade names, brand names and/or catalog numbers
are intended to be descriptive, but not restrictive, unless otherwise stated, and are
intended to indicate the quality level desired. Bidders may offer any equivalent
product that meets or exceeds the specifications. Bids based on equivalent products
must:
a.
Clearly describe the alternate offered, as described in Section E
“Requirements List”, and indicate how it differs from the product specified;
and,
b.
Include complete descriptive literature and/or specifications as proof that the
proposed alternate will be equal to or better than the product named in this
bid.
2.
The County reserves the right to be the sole judge of what is equal and acceptable
and may require Bidder to provide additional information and/or samples.
3.
If Bidder does not specify otherwise, it is understood that the referenced brand will
be supplied.
QUANTITIES
Quantities listed herein are estimates based on past need and are not to be construed as a
commitment. No minimum or maximum is guaranteed or implied.
S.
PRICING
1.
Prices quoted shall be firm for the first twelve (12) months of any contract that may
be awarded pursuant to this RFQ.
2.
Price escalation for the second and third years of any contract awarded as a result of
this RFQ, shall not exceed the percentage increase stated by Bidder on the Bid Form,
Exhibit B.
3.
All pricing as quoted will remain firm for the term of any contract that may be
awarded as a result of this RFQ.
4.
Unless otherwise stated, Bidder agrees that, in the event of a price decline, the
benefit of such lower price shall be extended to the County.
5.
All prices are to be F.O.B. destination. Any freight/delivery charges are to be
included.
Page 109 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
T.
6.
Any price increases or decreases for subsequent contract terms may be negotiated
between Contractor and County only after completion of the initial term.
7.
The price(s) quoted shall be the total cost the County will pay for this project
including taxes and all other charges.
8.
All prices quoted shall be in United States dollars and "whole cent," no cent
fractions shall be used. There are no exceptions.
9.
Price quotes shall include any and all payment incentives available to the County.
10.
Bidders are advised that in the evaluation of cost, if applicable, it will be assumed
that the hourly rate quoted is correct in the case of a discrepancy between the unit
price and an extension.
11.
Federal and State minimum wage laws apply. The County has no requirements for
living wages. The County is not imposing any additional requirements regarding
wages.
12.
Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall
pay to persons performing labor in and about Work provided for in Contract not
less than the general prevailing rate of per diem wages for work of a similar
character in the locality in which the Work is performed, and not less than the
general prevailing rate of per diem wages for legal holiday and overtime work in
said locality, which per diem wages shall not be less than the stipulated rates
contained in a schedule thereof which has been ascertained and determined by the
Director of the State Department of Industrial Relations to be the general
prevailing rate of per diem wages for each craft or type of workman or mechanic
needed to execute this contract.
AWARD
1.
The award will be made to the lowest responsible bidder who meets the requirements
of these specifications, terms and conditions.
2.
Awards may also be made to the subsequent lowest responsible bidders who will be
considered the Back-up Contractors and who will be called in ascending order of
amount of their quotation.
3.
The County reserves the right to reject any or all responses that materially differ
from any terms contained herein or from any Exhibits attached hereto and to waive
informalities and minor irregularities in responses received.
Page 110 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
U.
V.
4.
The County reserves the right to award to a single or multiple contractors.
5.
The County has the right to decline to award this contract or any part thereof for
any reason.
6.
Contractor shall sign an acceptance of award letter prior to County’s approval of
award. A Standard Agreement contract must be signed following the County’s
approval of award.
7.
Final Standard Agreement terms and conditions will be negotiated with the selected
bidder. Attached Exhibit J contains minimal Agreement boilerplate language only.
8.
The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s
proposal, may be incorporated into and made a part of any contract that may be
awarded as a result of this RFQ.
METHOD OF ORDERING
1.
A written PO and signed Standard Agreement contract will be issued upon County
approval.
2.
POs and Standard Agreements will be faxed, transmitted electronically or mailed
and shall be the only authorization for the Contractor to place an order.
3.
POs and payments for products and/or services will be issued only in the name of
Contractor.
4.
Contractor shall adapt to changes to the method of ordering procedures as required
by the County during the term of the contract.
5.
Change orders shall be agreed upon by Contractor and County and issued as
needed in writing by County.
INVOICING
1.
Contractor shall invoice the requesting department, unless otherwise advised, upon
satisfactory receipt of product and/or performance of services.
2.
Payment will be made pursuant to the terms agreed upon in the Standard
Agreement and upon complete satisfactory performance of services.
3.
County shall notify Contractor of any adjustments required to invoice.
Page 111 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
W.
4.
Invoices shall contain County PO number, invoice number, remit to address and
itemized products and/or services description and price as quoted and shall be
accompanied by acceptable proof of delivery.
5.
Contractor shall utilize standardized invoice upon request.
6.
Invoices shall only be issued by the Contractor who is awarded a contract.
7.
Payments will be issued to and invoices must be received from the same Contractor
whose name is specified on the POs.
8.
The County will pay Contractor monthly or as agreed upon, not to exceed the total
lump sum price quoted in the bid response.
BONDS
Notwithstanding any document or assertion to the contrary, any surety bond related to the
sale of a vehicle shall apply only to the Basic One (1) Year Limited Warranty for such
vehicle. Any surety bond related to the sale of a vehicle shall not apply to any other
warranties that are included within this bid (OEM or otherwise) or to the warranties (if
any) of any third party of any part, component, attachment or accessory that is
incorporated into or attached to the vehicle. In the event of any contradiction or
inconsistency between this provision and any other document or assertion, this provision
shall prevail.
1.
Performance Bond: The successful bidder shall provide, within thirty (30) days
after award of contract, and along with a signed copy of the contract, a
performance bond, which guarantees performance of all terms and conditions of
the contract and of the Basic One (1) Year Limited Warranty agreement. The
performance bond will specifically cover the performance of the contract
according to its terms and conditions, as well as payment of all related bills and
encumbrances. This performance bond shall be issued by a surety company who
is listed by the U.S. Treasury Department's list of approved sureties, as published
in Circular 570, as of the bid date. The performance bond shall be issued in an
amount equal to 50% of the contract amount and shall be dated concurrent to, or
subsequent to, the date of the contract.
Notwithstanding any document or assertion to the contrary, any surety bond
related to the sale of a vehicle shall apply only to the Basic One (1) Year Limited
Warranty for such vehicle. Any surety bond related to the sale of a vehicle shall
not apply to any other warranties that are included within this bid (OEM or
otherwise) or to the warranties (if any) of any third party of any part, component,
attachment or accessory that is incorporated into or attached to the vehicle. In the
Page 112 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
event of any contradiction or inconsistency between this provision and any other
document or assertion, this provision shall prevail.
2.
Warranty Bond: Proposals received from bidders who do not manufacture the
chassis shall provide a warranty that shall be issued jointly and severally by, and
signed by, both the bidder and the chassis manufacturer.
If the successful bidder does not manufacture the chassis, the bidder shall supply a
warranty bond, in addition to their performance bond, along with their signed
contract. This warranty bond shall guarantee all terms and conditions of the Basic
One (1) Year Limited Warranty and names both the bidder and chassis
manufacturer as co-principals. This warranty bond shall be issued for the contract
amount and shall remain in force for a term which is consistent with the term of
the Basic One (1) Year Limited Warranty.
X.
COUNTY PROVISIONS
1.
Preference for Local Products and Vendors: A five percent (5%) preference shall be
granted to Alameda County products or Alameda County vendors on all sealed bids
on contracts except with respect to those contracts which state law requires be
granted to the lowest responsible bidder. An Alameda County vendor is a firm or
dealer with fixed offices and having a street address within the County for at least six
(6) months prior to the issue date of this RFQ; and which holds a valid business
license issued by the County or a city within the County. Alameda County products
are those which are grown, mined, fabricated, manufactured, processed or produced
within the County. Locality must be maintained for the term of the contract.
Evidence of locality shall be provided immediately upon request and at any time
during the term of any contract that may be awarded to Contractor pursuant to this
RFQ.
2.
Small and Emerging Locally Owned Business: A small business for purposes of
this RFP is defined by the United States Small Business Administration as having
no more than an average of 1000 persons employed at any one time over the last
three (3) years. An emerging business, as defined by the County is one having
annual gross receipts of less than one-half (1/2) of the above amount over the same
period of time and has been in business less than five (5) years. In order to
participate herein, the small or emerging business must also satisfy the locality
requirements and be certified by the County as a Small or Emerging, local
business. A certification application package (consisting of Instructions,
Application and Renewal Application) has been attached hereto as Exhibit E and
must be completed and returned by a qualifying contractor.
A locally owned business, for purposes of satisfying the locality requirements of
this provision, is a firm or dealer with fixed offices and having a street address
within the County for at least six (6) months prior to the issue date of this RFQ; and
Page 113 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
which holds a valid business license issued by the County or a city within the
County.
The County is vitally interested in promoting the growth of small and emerging
local businesses by means of increasing the participation of these businesses in the
County’s purchase of goods and services. As a result of the County’s commitment
to advance the economic opportunities of these businesses the following
provisions shall apply to this RFP:
a.
If Bidder is certified by the County as either a small and local or an
emerging and local business, the County will provide a five percent (5%)
bid preference, in addition to that set forth in paragraph 1., above, for a total
bid preference of ten percent (10%). However, a bid preference cannot
override a State law, which requires the granting of an award to the lowest
responsible bidder.
b.
Bidders not meeting the small or emerging local business requirements set
forth above do not qualify for a bid preference and must subcontract with
one or more County certified small and/or emerging local businesses for at
least twenty percent (20%) of Bidder’s total bid amount in order to be
considered for the contract award. Bidder, in its bid response, must submit
written documentation evidencing a firm contractual commitment to
meeting this minimum local participation requirement. Participation of a
small and/or emerging local business must be maintained for the term of
any contract resulting from this RFP. Evidence of participation shall be
provided immediately upon request at any time during the term of such
contract.
The County reserves the right to waive these small/emerging local business
participation requirements in this RFP, if the additional estimated cost to the
County, which may result from inclusion of these requirements, exceeds five
percent (5%) of the total estimated contract amount or Ten Thousand Dollars
($10,000), whichever is less.
The following entities are exempt from the Small and Emerging Local
Business (SLEB) requirements as described above and are not required to
subcontract with a SLEB. If you apply and are certified as a SLEB, you
will receive a 5% SLEB bid preference:
 non-profit community based organizations (CBO);
 non-profit churches or non-profit religious organizations (NPO);
 public schools; and universities; and
 government agencies
Page 114 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
Non-profits must provide proof of their tax exempt status. These are defined
as organizations that are certified by the U.S. Internal Revenue Service as
501(c) 3.
If additional information is needed regarding this requirement, please contact the
Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak
St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or
via E-mail at ACSLEBcompliance@acgov.org.
3.
First Source Program: The First Source Program has been developed to create a
public/private partnership that links CalWORKs job seekers, unemployed and
under employed County residents to sustainable employment through the County’s
relationships/connections with business, including contracts that have been
awarded through the competitive process, and economic development activity in
the County. Welfare reform policies and the new Workforce Investment Act
requires that the County do a better job of connecting historically disconnected
potential workers to employers. The First Source program will allow the County
to create and sustain these connections.
Vendors awarded contracts for goods and services in excess of One Hundred
Thousand Dollars ($100,000) as a result of any subsequently issued RFQ are to
allow Alameda County ten (10) working days to refer potential candidates to
vendor to be considered by Vendor to fill any new or vacant positions that are
necessary to fulfill their contractual obligations to the County, that Vendor has
available during the life of the contract before advertising to the general public.
Potential candidates referred by County to Vendor will be pre-screened, qualified
applicants based on vendor specifications. Vendor agrees to use its best efforts to
fill its employment vacancies with candidates referred by County, but the final
decision of whether or not to offer employment, and the terms and conditions
thereof, rest solely within the discretion of the Vendor.
Bidders are required to complete, sign and submit in their bid response, the First
Source Agreement that has been attached hereto as Exhibit H, whereby they agree
to notify the First Source Program of job openings prior to advertising elsewhere
(ten day window) in the event that they are awarded a contract as a result of this
RFQ. Exhibit H will be completed and signed by County upon contract award and
made a part of the final contract document.
If compliance with the First Source Program will interfere with Contractor’s preexisting labor agreements, recruiting practices, or will otherwise obstruct the
Contractor’s ability to carry out the terms of the contract, the Contractor will
provide to the County a written justification of non-compliance.
Page 115 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
If additional information is needed regarding this requirement, please contact the
Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak
St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or
via E-mail at ACSLEBcompliance@acgov.org.
4.
Y.
Environmentally Friendly Packaging: Alameda County is an environmentally
responsible employer and seeks all practical opportunities for waste reduction and
recycling. The County, therefore, encourages its contractors to reduce waste
volume and toxicity by using environmentally friendly packaging material
whenever possible. Options may include backhauling product packaging to the
supplier for reuse or recycling, shipping in bulk or reduced packaging, using soy
bean-based inks for packaging printing, using recycled product packaging or using
recyclable or reusable packaging material. The County encourages all bidders and
contractors for goods and services to adhere to these principles where practicable.
ONLINE CONTRACT COMPLIANCE SYSTEM
As part of the Alameda County General Services Agency’s commitment to assist
contractors to conveniently comply with legal and contractual requirements, the County
has established an online Contract Compliance System. The system was designed to help
reduce contractors’ administrative costs and to provide various work-flow automation
features that improve the project reporting process.
The Alameda County Contract Compliance System will be implemented to monitor
contract compliance for County contracts through the use of a new interactive website,
Elation Systems. The prime contractor and all participating subcontractors awarded
contracts as a result of this bid process for this project, are required to use the secure webbased system to submit SLEB Program information including, but not limited to, monthly
progress payment reports and other information related to SLEB participation.
The Alameda County Contract Compliance System has been designed to provide online
functionality that streamlines the process, reduces paperwork and assists contractors and
subcontractors in complying with the County’s SLEB Program and its reporting
requirements. Utilizing the Alameda County Contract Compliance System will reduce
the amount of time currently required to submit hard copy documentation regarding
contract compliance information and is provided for use by County contractors and
subcontractors at no cost.
Procedural differences between the previous conventional reporting and the new webbased system include:
 Monthly progress payment status reports will be submitted via the web-based
system.
 Paper copies will no longer be required.
Page 116 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
 Contractor will be required to enter data for payments made and subcontractors
will be required to enter data for payments received into the web-based system.
Alameda County Contract Compliance System training and ongoing support are provided
at no charge to contractors and participating sub-contractors awarded a contract as a
result of this bid process for this project. Contractors having contracts with the County
should schedule a representative from their office/company, along with each of their
subcontractors, to attend training. Training sessions are approximately one hour and will
be held periodically in a number of locations throughout Alameda County.
Upon award of contract, please view the training schedule
http://www.elationsys.com/elationsys/support_1.htm or call Elation Systems at (510)
764-1870. A special access code will be provided to contractors and subcontractors
participating in any contract awarded as a result of this bid process to allow use of the
System free of charge. It is the Contractor’s responsibility to ensure that they and their
subcontractors are registered and trained as required to utilize the Alameda County
Contract Compliance System.
Please contact the Auditor- Controller’s Office of Contract Compliance (OCC) located at
1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 2726502 or via E-mail at ACSLEBcompliance@acgov.org if you have any other questions
regarding utilization of the Alameda County Contract Compliance System.
Z.
COMPLIANCE INFORMATION AND RECORDS
As needed and upon request, for the purposes of determining compliance with the SLEB
Program, the Contractor shall provide the County with access to all records and documents
that relate to SLEB participation and/or certification. Proprietary information will be
safeguarded. All subcontractor submittals must be through the prime contractor.
AA.
ACCOUNT MANAGER/SUPPORT STAFF
1.
Contractor shall provide a dedicated competent account manager who shall be
responsible for the County account/contract. The account manager shall receive all
orders from the County and shall be the primary contact for all issues regarding
Bidder’s response to this RFQ and any contract which may arise pursuant to this
RFQ.
2.
Contractor shall also provide adequate, competent support staff that shall be able to
service the County during normal working hours, Monday through Friday. Such
representative(s) shall be knowledgeable about the contract, products offered and
able to identify and resolve quickly any issues including but not limited to order and
invoicing problems.
Page 117 of 118
Specifications, Terms & Conditions
for Fire Apparatus-Pumper Trucks
3.
Contractor account manager shall be familiar with County requirements and
standards and work with the Alameda County Fire Department to ensure that
established standards are adhered to.
4.
Contractor account manager shall keep the County Buyer informed of requests from
departments as required.
BB. GENERAL REQUIREMENTS
1.
Proper conduct is expected of Contractor’s personnel when on County premises.
This includes adhering to no-smoking ordinances, the drug-free work place policy,
not using alcoholic beverages and treating employees courteously.
2.
County has the right to request removal of any Contractor employee or subcontractor
who does not properly conduct himself/herself/itself or perform quality work.
3.
Contractor personnel shall be easily identifiable as non-County employees (i.e. work
uniforms, badges, etc.).
Page 118 of 118
COUNTY OF ALAMEDA EXHIBIT A – BID ACKNOWLEDGEMENT
RFQ No. 900563
For
FIRE APPARATUS-PUMPER TRUCKS
The County of Alameda is soliciting bids from qualified vendors to furnish its requirements per the specifications, terms and conditions contained in the
above referenced RFQ number. This Bid Acknowledgement must be completed, signed by a responsible officer or employee, dated and submitted with the
bid response. Obligations assumed by such signature must be fulfilled.
1. Preparation of bids: (a) All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and
corrections printed in ink or typewritten adjacent and must be initialed in ink by person signing bid. (b) Quote price as specified in RFQ. No
alterations or changes or any kind shall be permitted to Exhibit B, Bid Form. Responses that do not comply shall be subject to rejection in total.
2. Failure to bid: If you are not submitting a bid but want to remain on the mailing list and receive future bids, complete, sign and return this Bid
Acknowledgement and state the reason you are not bidding.
3. Taxes and freight charges: (a) Unless otherwise required and specified in the RFQ, the prices quoted herein do not include Sales, Use or other
taxes. (b) No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any
other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid. (c)
Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is
not required where the shipping papers show the consignee as Alameda County, as such papers may be accepted by the carrier as proof of the
exempt character of the shipment. (d) Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will
furnish an exemption certificate.
4. Award: (a) Unless otherwise specified by the bidder or the RFQ gives notice of an all-or-none award, the County may accept any item or group
of items of any bid. (b) Bids are subject to acceptance at any time within one hundred and twenty (120) days of opening, unless otherwise
specified in the RFQ. (c) A valid, written purchase order mailed, or otherwise furnished, to the successful bidder within the time for acceptance
specified results in a binding contract without further action by either party. The contract shall be interpreted, construed and given effect in all
respects according to the laws of the State of California.
5. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless
from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret
process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.
6. Samples: Samples of items, when required, shall be furnished free of expense to the County and if not destroyed by test may upon request
(made when the sample is furnished), be returned at the bidder’s expense.
7. Rights and remedies of County for default: (a) In the event any item furnished by vendor in the performance of the contract or purchase
order should fail to conform to the specifications therefore or to the sample submitted by vendor with its bid, the County may reject the same,
and it shall thereupon become the duty of vendor to reclaim and remove the same forthwith, without expense to the County, and immediately to
replace all such rejected items with others conforming to such specifications or samples; provided that should vendor fail, neglect or refuse so to
do the County shall thereupon have the right purchase in the open market, in lieu thereof, a corresponding quantity of any such items and to
deduct from any moneys due or that may there after come due to vendor the difference between the prices named in the contract or purchase
order and the actual cost thereof to the County. In the event that vendor fails to make prompt delivery as specified for any item, the same
conditions as to the rights of the County to purchase in the open market and to reimbursement set forth above shall apply, except when delivery
is delayed by fire, strike, freight embargo, or Act of God or the government. (b)Cost of inspection or deliveries or offers for delivery, which do
not meet specifications, will be borne by the vendor. (c) The rights and remedies of the County provided above shall not be exclusive and are
in addition to any other rights and remedies provided by law or under the contract.
8. Discounts: (a) Terms of less than ten (10) days for cash discount will considered as net. (b) In connection with any discount offered, time will
be computed from date of complete, satisfactory delivery of the supplies, equipment or services specified in the RFQ, or from date correct
invoices are received by the County at the billing address specified, if the latter date is later than the date of delivery. Payment is deemed to be
made, for the purpose of earning the discount, on the date of mailing the County warrant check.
9. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is
accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the
Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to
the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.
10. No guarantee or warranty: The County of Alameda makes no guarantee or warranty as to the condition, completeness or safety of any
material or equipment that may be traded in on this order.
THE undersigned acknowledges receipt of above referenced RFQ and/or Addenda and offers and agrees to furnish the articles and/or services
specified on behalf of the vendor indicated below, in accordance with the specifications, terms and conditions of this RFQ and Bid
Acknowledgement.
Firm:
Address:
State/Zip
What advertising source(s) made you aware of this RFQ?
By:_______________ ________________________________________________ Date____________ Phone_____________________
Printed Name Signed Above:_______________________________________________________________________________________
Title:__________________________________________________________________________________________________________
EXHIBIT B
COUNTY OF ALAMEDA
RFQ No. 900563
for
FIRE APPARATUS-PUMPER TRUCKS
BID FORM
Cost shall be submitted on Exhibit B as is. No alterations or changes of any kind are permitted.
Bid responses that do not comply will be subject to rejection in total. The cost quoted below
shall include all taxes and all other charges and is the total cost the County will pay for the (3)
year term of any contract that is a result of this bid.
Description
Fire ApparatusPumper Truck
Unit of
Measure
Estimated
Annual
Quantity
Each
1
Year 1
Year 2
Year 3
Unit Cost
Unit Cost
Unit Cost
Tax
GRAND TOTAL
Bidder agrees that the price(s) quoted are the maximum, Free On Board (FOB) charges to be assessed
to the County during the term of any contract awarded.
FIRM: ____________________________SIGNATURE:________________DATE:_______
PRINTED NAME: _____________________TITLE:____________________________
Exhibit B
Page 1 of 1
EXHIBIT C
COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS
A
B
C
D
Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and
keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits
and endorsements:
TYPE OF INSURANCE COVERAGES
MINIMUM LIMITS
Commercial General Liability
$1,000,000 per occurrence (CSL)
Premises Liability; Products and Completed Operations; Contractual
Bodily Injury and Property Damage
Liability; Personal Injury and Advertising Liability
Commercial or Business Automobile Liability
$1,000,000 per occurrence (CSL)
All owned vehicles, hired or leased vehicles, non-owned, borrowed and
Any Auto
permissive uses. Personal Automobile Liability is acceptable for
Bodily Injury and Property Damage
individual contractors with no transportation or hauling related activities
Workers’ Compensation (WC) and Employers Liability (EL)
WC: Statutory Limits
Required for all contractors with employees
EL: $100,000 per accident for bodily injury or disease
Endorsements and Conditions:
1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers’
Compensation and Employers Liability, shall be endorsed to name as additional insured: County of Alameda, its Board of
Supervisors, the individual members thereof, and all County officers, agents, employees and representatives.
2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the
following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire
term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with
the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this
Agreement.
3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the
Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by
the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.
4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII
or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible
amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of
Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the
sole responsibility of the Contractor.
5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of
the requirements stated herein.
6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be
provided by any one of the following methods:
– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),
or at minimum named as an “Additional Insured” on the other’s policies.
– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.
7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice
to the County of cancellation.
8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s)
of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance
coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all
required insurance policies. The require certificate(s) and endorsements must be sent to:
- Department/Agency issuing the contract
- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)
Certificate C-1
(Rev. 03/15/06)
Page 1 of 1
Form 2001-1
EXHIBIT D
COUNTY OF ALAMEDA
RFQ No. 900563
for
Fire Apparatus-Pumper Truck
REFERENCES
The bidder shall include with their bid a list of five (5) references for recently built apparatus manufactured by the bidder that
are of similar construction and type, and which represent the quality and workmanship of the bidder. The County may contact
references or perform site visits to inspect the apparatus of the apparent responsive low bidder to evaluate the quality and
workmanship being proposed. If reference checks result in the County’s representatives finding that the quality and
workmanship is less than what the County desires, the County may disqualify the bid and will proceed to evaluate the next
responsive low bidder.
Company Name:
Address:
City, State, Zip Code:
Contact Person:
E-Mail:
Telephone Number:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
E-Mail:
Telephone Number:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
E-Mail:
Telephone Number:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
E-Mail:
Telephone Number:
Company Name:
Address:
City, State, Zip Code:
Contact Person:
E-Mail:
Telephone Number:
Name of Bidder Submitting References:
Exhibit D
Page 1 of 2
Exhibit E
Small, Local And Emerging Business (SLEB) Program Certification Instructions
RFQ No. 900563
For
Fire Apparatus-Pumper Truck
3 Easy Steps
1.
Complete the appropriate application form for New or Renewal Certification:
Current or previously certified businesses must complete the Renewal Certification Application on Page 4 of 4.
To apply for a New Certification, complete the application form in Pages 2 and 3 of 4.
Program Definitions
Local Business:
A business having a fixed office with a street address in Alameda County for a minimum
period of 6 months and a valid business license issued by the County or a City within
Alameda County
Small Business:
A business which has been certified by the County as local and meets the U.S. Business
Administration (SBA) size standards for its classification. Size standards and
classification codes information available at http://www.naics.com/search.htm
Emerging Business:
A business which has been certified by the County as local and meets one half of the U.S.
SBA size standards for its classification and has been in business less than 5 years.
If you own less than 51% interest in your business, please indicate other owner(s) name(s), title(s) and percentage of
ownership. List all current business and professional licenses. If you have been in business for less than three years,
please provide your actual gross receipts received for the period that you have been in business. If you have not
been in business for a complete tax year, please provide actual gross receipts to date. If any item on the application
form is not applicable, please put “N/A” in the designated area. If additional space is needed, please attach
additional sheet(s).
2.
Please sign* and mail Application to:
Alameda County Auditor-Controller Agency
Office of Contract Compliance
1221 Oak Street, Room 249
Oakland, CA 94612
*The application form must be signed by the owner, principal partner or authorized officer of the corporation. We
will contact you within 10 days to schedule a site visit upon receipt of your application.
3.
On-site Visit
The following items must be available for our review during the visit to your business address:




Signed Federal Tax Returns showing Gross Business Receipts for the last 3 years**
Business Licenses
Current Identification (i.e. Driver’s License, Identification Card)
Deed, Rental or Lease Agreement showing Business Address
**Personal Net Worth Statement (if the business has never filed taxes)
If you have questions regarding your certification, please contact the Office of Contract Compliance
Telephone: (510) 891-5500
Email: ACSLEBcompliance@acgov.org
Exhibit E, Page 1 of 4 (Revision 3-03-09)
EXHIBIT E
Small Local Emerging Business (SLEB) Program New Certification Application
RFQ No. 900563
For
Fire Apparatus-Pumper Truck
East Bay Interagency Alliance (EBIA)
COMMON APPLICATION for
LOCAL CERTIFICATION
Alameda County – Alameda County Transportation Improvement Authority – City of Oakland – Port of Oakland
Insert RFP/Q/I number and response due date below:

Alameda County
RFP/Q/I# _____________________ RFP/Q/I Response Due Date: __/__/__
Check additional certifying agencies below that you would like your application to be forwarded to:




Alameda County Transportation Improvement Authority
City of Oakland
Port of Oakland
All the above
The Common Application is a sharing of information between agencies and NOT a reciprocal certification.
1) Contact Information
Legal Name of Entity
Contact Person (Name & Title)
Street Address of Entity (No P.O. Box)
City
State
Telephone
(
)
Email Address
Zip Code
Fax #
(
)
County
Cell#
(
)
Web Site
2) Company Profile
Primary Service undertaken/offered:
Date Entity was established (mm/dd/yr)
Specialty Service undertaken/offered:
Does the entity have one or more additional offices outside
the city of Oakland, CA?  Y  N
If yes, list other location(s)
 New
 Purchased existing
 Merger or consolidation
 Inherited
Has this entity operated under a different name during the past five years? 
Method of Acquisition
Type of Firm
 Sole Proprietorship
 Joint Venture
 Partnership
 Corporation
 Limited Liability Partnership
 Limited Liability Corporation
 Publicly traded entity
 Non-Profit or Church
 Other ____________________
Gross Receipts for the last three recent fiscal
years:
Please attach copies of appropriate tax
returns: (e.g. Form 990, Form 1040, Form
1120, etc)
Date Oakland office was established
(mm/dd/yr)
 Secured concession
 Other (explain)
Federal ID Number:
Ethnicity Group of owners(s) that own greater than 50% of the
business. (for tracking purposes only)
 African American
 Hispanic
 Asian
 Native American
 Asian Pacific /Hawaiian
 Multi ethnic ownership
 Asian Indian
 Multi ethnic minority
ownership
 Caucasian
 Other ______________
 Filipino
Gender (for tracking purposes only)
 Male
 Female
Year Ended________
Year Ended________
Year Ended________
Total Receipts $_____________________
Total Receipts $_____________________
Total Receipts $_____________________
Exhibit E, Page 2 of 4 (Revision 3-03-09)
2) Company Profile: (Continue)
Number of Employees at the local office
Permanent Full time ____
Temporary Full Time ____
Temporary Part Time ____
Seasonal Full Time ____
Seasonal Part Time ____
Permanent Part time ____
TOTAL Number of Employees at all locations.
Permanent Full time ____
Permanent Part time ____
Temporary Full Time ____
Temporary Part Time ____
Seasonal Full Time ____
Seasonal Part Time ____
3) Certifications:
Name of Issuing Authority
Type
Number
Expiration
Date
City / County Business Tax Certificate
Internal Revenue Service (required) – If your firm is a Non-Profit, submit
the Letter of Determination of Not For Profit Status.
State of CA /CUCP Certification for DBE/ACDBE firm
State of CA /SBA Certification for Small firm
Other Certification
Other Certification
Other Certification
4) Professional Licenses, Permits and/or Certificates (e.g. contractor, architect, engineer, etc. – list all that apply - attach
copies. List on a separate page if additional space is needed)
Name of Issuing Authority
Type
Number
Expiration
Date
State of CA Contractor’s License Board – Contractor’s License:
State of CA Professional Service License or Permit:
State of CA Service Provider License or Permit:
Other:
Other:
5) NAICS Codes:
Please review the NAICS1 listing of work codes and indicate below your areas of expertise ranked in order of importance
(begin with primary and specialty areas as indicated in the Company Profile section) NAICS Codes can be found at: http://www.naics.com/search.htm &
http://www.census.gov/epcd/naics02/. Add separate sheet for additional NAICS codes if needed.
NAICS Code
6) Additional Information:
Are you a Trucking Firm?  Yes  No
A supplier?  Yes  No
Description of Work
Are you a Truck Broker?  Yes  No
Both?  Yes  No
7) I consent to the sharing of information contained herein with the certifying agencies I have
checked on Page 1, and declare under penalty of perjury that all statements made in this
Application are true and correct :  Yes
 No
Signature:
____________________________________________________________
Printed Name: ___________________________________________________________
1
North American Industry Classification System – www.naics.com
Exhibit E, Page 3 of 4 (Revision 3-03-09)
Date:_______________
EXHIBIT E
Small Local Emerging Business (SLEB) Program Re-Certification Application
RFQ No. 900563
For
Fire Apparatus-Pumper Truck
SLEB Certification Number: _____________________
Date of Initial Certification: ___________________
Business Name:
Business Address:
How long at this address: ________________________
Business Telephone Number: ___________________
Federal Tax Identification Number: ______________
Business Fax Number:________________________
Main Contact Name:
Phone Number:
Email Address:
Ownership changed since last certification:
Yes
No
Number of Employees:________________________
Gross Business Receipts for Last Three Years:
$_____________________ 20____
$ ___________________ 20____
$____________________ 20____
Composition of Ownership
Are you a publicly traded entity, a public school, or a government?
Yes
No
Are you a non-profit, or a church?
Yes
No
If “Yes” to one of the above, skip Ethnicity and Gender below. The Collection of ethnicity and gender data is for statistical and
demographic purposes only. Please check the ONE most applicable in each category:
Ethnicity
African American or Black (greater than 50%)
American Indian or Alaskan Native (greater than 50%)
Asian (greater than 50%)
Caucasian or White (greater than 50%)
Filipino (greater than 50%)
Gender
Female (greater than 50% Ownership)
Hispanic or Latino (greater than 50%)
Native Hawaiian/Pacific Islander (greater than 50%)
Multi-ethnic minority ownership (greater than 50%)
Multi-ethnic ownership (50% Minority–50% Non-Minority)
Male (greater than 50% Ownership
North America Industry Classification System Codes (NAICS )
________________________________________________________
_________________________________________________________
________________________________________________________
_________________________________________________________
________________________________________________________
_________________________________________________________
RENEWAL AFFIDAVIT
I declare, under penalty of perjury all of the foregoing statements are true and correct.
Signature: ________________________________________________________
Date: ________________
Printed Name: ________________________________________________________________________________
Title (Proprietor, Partner, Officer, etc.): ____________________________________________________________
Exhibit E, Page 4 of 4 (Revision 3-03-09)
EXHIBIT F
SMALL LOCAL EMERGING BUSINESS (SLEB) PARTNERING INFORMATION SHEET
COUNTY OF ALAMEDA
RFP No. 900563
for
Fire Apparatus-Pumper Truck
In order to meet the small local emerging business (SLEB) requirements of this RFP/Q, all bidders must
complete this form as required below.
Bidders not meeting the definition of a SLEB (as stated in this RFP/Q County Provisions) are required to
subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be
considered for contract award. This form must be submitted for each business that bidders will work with,
as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as
needed.)
Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract.
One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to
grow and build the capacity to eventually bid as a prime on their own.
Once a contract has been awarded, bidders will not be able to substitute the partner without prior written
approval from the Auditor-Controller, Office of Contract Compliance (OCC).
The OCC will monitor the contract for compliance with the SLEB requirements.
BIDDER (CONTRACTOR) NAME:_______________________________________________________________
 is Certified SLEB #____________________ through ___/___/___ (certification expiration date)
 BIDDER is not a SLEB and will subcontract ________% with the SLEB named below for the following
service(s): __________________________________________________________________________________
SLEB Subcontractor
Business Name: __________________________________________________________________________
Street Address: __________________________________________________________________________
City, State, Zip: __________________________________________________________________________
Phone:
___________________Fax:_________________E-mail:_____________________________
Tax ID Number: _________________________ SLEB Certification Number:_________________________
SLEB Certification Status (Small or Emerging) __________ SLEB Certification Expiration Date: ___/___/___
Principal Name: __________________________________________________________________________
SLEB Principal Signature: _________________________________________________
Bidder Signature:
_________________________________________________
Date:________________
Date:_______________
EXHIBIT G
COUNTY OF ALAMEDA
RFP No. 900563
for
Fire Apparatus-Pumper Truck
REQUEST FOR PREFERENCE
for
LOCAL BUSINESS
and
SMALL AND LOCAL OR EMERGING AND LOCAL BUSINESS
IF YOU WOULD LIKE TO REQUEST THE LOCAL BUSINESS, SMALL AND LOCAL BUSINESS, OR
EMERGING AND LOCAL BUSINESS PREFERENCE, COMPLETE THIS FORM AND RETURN IT WITH
YOUR BID. IN ADDITION, IF APPLYING FOR LOCAL PREFERENCE, SUBMIT THE FOLLOWING:
 Copy of a verifiable business license, issued by the County of Alameda or a City within the County;
and
 Proof of six (6) month business residency, identifying the name of the vendor and the local address:
utility bills, deed of trust or lease agreement.
A five-percent (5%) preference will be granted to Alameda County products or vendors on all sealed bids on contracts
except with respect to those contracts which State law requires be granted to the lowest responsible bidder. An
Alameda County vendor is a firm or dealer with fixed offices and having a street address within the County for at least
six (6) months prior to the date upon which a request for sealed bids or proposals is issued; and which holds a valid
business license issued by the County or a city with the County. Alameda County products are those which are grown,
mined, fabricated, manufactured, processed or produced within the County.
In addition, a five percent (5%) preference, for a total bid preference of ten percent (10%), shall be granted (except as
noted above) if the bidder is certified by the County as either a small and local or an emerging and local business.
Check the appropriate (2 maximum) boxes and provide the requested information below.
Request for 5% local preference
Request for 5% small and local preference OR
Request for 5% emerging and local preference
Company Name:
Street Address:
Telephone Number:
Business License Number:
The Undersigned declares that the foregoing information is true and correct:
Print/Type Name:
Title:
Signature:
Date:
EXHIBIT H
COUNTY OF ALAMEDA
RFP No. 900563
for
Fire Apparatus-Pumper Truck
ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENT
VENDOR INFORMATION
ALCOLINK Vendor Number (if known): 00000
SLEB Vendor Number:
Full Legal Name:
DBA
Type of Entity:
Individual
Sole Proprietor
Partnership
Corporation
Tax-Exempted
Government or Trust
Check the boxes that apply:
Goods Only
Goods & Services
Rents/Leases
Legal Services
Rents/Leases paid to you as the agent
Medical Services
Non-Medical Services – Describe
Other
Federal Tax ID Number (required):
P.O. Box/Street Address:
Vendor Contact’s Name:
Vendor Contact’s Telephone:
Fax:
Vendor Contact’s E-mail address:
Please check all that apply:
LOC
SML
I
A
B
F
H
N
W
Local Vendor (Holds business license within Alameda County)
Small Business (as defined by Small Business Administration)
American Indian or Alaskan Native (>50%)
Asian (>50%)
Black or African American (>50%)
Filipino (>50%)
Hispanic or Latino (>50%)
Native Hawaiian or other Pacific Islander (>50%)
White (>50%)
Number of Entry Level Positions available through the life of the contract:___________
Number of other positions available through the life of the contact:_________________
This information to be completed by County:
Contract #______________________
Contract Amount:
_____________________
Contract Term:
_____________________
EXHIBIT H
COUNTY OF ALAMEDA
RFP No. 900563
for
Fire Apparatus-Pumper Truck
ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENT
VENDOR INFORMATION
Vendor agrees to provide Alameda County (through East Bay Works and Social Services Agency), ten
(10) working days to refer to Vendor, potential candidates to be considered by Vendor to fill any new or
vacant positions that are necessary to fulfill their contractual obligations to the County, that Vendor has
available during the life of the contract before advertising to the general public. Vendor will also provide
the County with specific job requirements for new or vacant positions. Vendor agrees to use its best
efforts to fill its employment vacancies with candidates referred by County, but final decision of whether
or not to offer employment, and the terms and conditions thereof, to the candidate(s) rest solely within the
discretion of the Vendor.
Alameda County (through East Bay Works and Social Services Agency) agrees to only refer prescreened qualified applicants, based on vendor specifications, to vendor for interviews for prospective
employment by Vendor (see Incentives for Vendor Participation under Vendor/First Source Program
located on the Small Local Emerging Business (SLEB) Website,
http://www.co.alameda.ca.us/gsa/sleb/vendor.shtml
If compliance with the First Source Program will interfere with Vendor’s pre-existing labor agreements,
recruiting practices, or will otherwise obstruct Vendor’s ability to carry out the terms of the contract,
Vendor will provide to the County a written justification of non-compliance in the space provided below.
(Company Name)
______________________________________
_____________________
(Vendor Signature)
(Date)
______________________________________
_____________________
(East Bay Works / One-Stop Representative Signature)
(Date)
Justification of Non-Compliance:
_______________________________________________________________________
________________________________________________________________________
EXHIBIT I
COUNTY OF ALAMEDA
RFQ No. 900563
for
Fire Apparatus-Pumper Truck
Exceptions, Clarifications, Amendments
List below requests for clarifications, exceptions and amendments, if any, to the RFP and its exhibits, including Exhibit J, and
submit with your bid response.
The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.
Item
No.
Reference To:
Page No.
Paragraph
No.
_________________________________
Bidder Name
Description
_____________________________
Bidder Signature
____________
Date
Contract No. ______________________
COUNTY OF ALAMEDA
STANDARD SERVICES AGREEMENT
This Agreement, dated as of ___________________, 2007, is by and between the County of
Alameda, hereinafter referred to as the “County”, and___________________, hereinafter
referred to as the “Contractor”.
WITNESSETH
Whereas, County desires to obtain ________________________________services which
are more fully described in Exhibit A hereto (“_____________Services”); and
(Insert short name or delete)
Whereas, Contractor is professionally qualified to provide such services and is willing to
provide same to County; and
Now, therefore it is agreed that County does hereby retain Contractor to provide
___________Services, and Contractor accepts such engagement, on the General Terms
and Conditions hereinafter specified in this Agreement, the Additional Provisions
attached hereto, and the following described exhibits, all of which are incorporated into
this Agreement by this reference:
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Definition of Services
Payment Terms
Insurance Requirements
Debarment and Suspension Certification
The term of this Agreement shall be from ___________________through ___________
The compensation payable to Contractor hereunder shall not exceed (dollar amount written out)
($____________) for the term of this Agreement
Page 1 of 16
Contract No. ______________________
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of
the day and year first above written.
COUNTY OF ALAMEDA
CONTRACTOR/COMPANY NAME
By:______________________________
Signature
By:_____________________________
Signature
Name:____________________________
(Printed)
Name:__________________________
(Printed)
Title: President of the Board of Supervisors
Title:___________________________
Date:___________________________
Approved as to Form:
By:________________________________
County Counsel Signature
By signing above, signatory warrants
and represents that he/she executed this
Agreement in his/her authorized
capacity and that by his/her signature
on this Agreement, he/she or the entity
upon behalf of which he/she acted,
executed this Agreement
Page 2 of 16
Contract No. ______________________
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of
the day and year first above written.
COUNTY OF ALAMEDA
CONTRACTOR/COMPANY NAME
By:______________________________
Signature
By:____________________________
Signature
Name:____________________________
(Printed)
Name:_________________________
(Printed)
Title: _______Purchasing Agent_______
Title:__________________________
Date:_____________________________
Date:__________________________
By signing above, signatory warrants
and represents that he/she executed
this Agreement in his/her authorized
capacity and that by his/her signature
on this Agreement, he/she or the
entity upon behalf of which he/she
acted, executed this Agreement.
Page 3 of 16
Contract No. ______________________
GENERAL TERMS AND CONDITIONS
1.
INDEPENDENT CONTRACTOR: No relationship of employer and employee is
created by this Agreement; it being understood and agreed that Contractor is an
independent contractor. Contractor is not the agent or employee of the County in
any capacity whatsoever, and County shall not be liable for any acts or omissions
by Contractor nor for any obligations or liabilities incurred by Contractor.
Contractor shall have no claim under this Agreement or otherwise, for seniority,
vacation time, vacation pay, sick leave, personal time off, overtime, health
insurance medical care, hospital care, retirement benefits, social security,
disability, Workers’ Compensation, or unemployment insurance benefits, civil
service protection, or employee benefits of any kind.
Contractor shall be solely liable for and obligated to pay directly all applicable
payroll taxes (including federal and state income taxes) or contributions for
unemployment insurance or old age pensions or annuities which are imposed by
any governmental entity in connection with the labor used or which are measured
by wages, salaries or other remuneration paid to its officers, agents or employees
and agrees to indemnify and hold County harmless from any and all liability
which County may incur because of Contractor’s failure to pay such amounts.
In carrying out the work contemplated herein, Contractor shall comply with all
applicable federal and state workers’ compensation and liability laws and
regulations with respect to the officers, agents and/or employees conducting and
participating in the work; and agrees that such officers, agents, and/or employees
will be considered as independent contractors and shall not be treated or
considered in any way as officers, agents and/or employees of County.
Contractor does, by this Agreement, agree to perform his/her said work and
functions at all times in strict accordance with currently approved methods and
practices in his/her field and that the sole interest of County is to insure that said
service shall be performed and rendered in a competent, efficient, timely and
satisfactory manner and in accordance with the standards required by the County
agency concerned.
Notwithstanding the foregoing, if the County determines that pursuant to state and
federal law Contractor is an employee for purposes of income tax withholding,
County may upon two week’s notice to Contractor, withhold from payments to
Contractor hereunder federal and state income taxes and pay said sums to the
federal and state governments
Page 4 of 16
Contract No. ______________________
2.
INDEMNIFICATION: To the fullest extent permitted by law, Contractor shall
hold harmless, defend and indemnify the County of Alameda, its Board of
Supervisors, employees and agents from and against any and all claims, losses,
damages, liabilities and expenses, including but not limited to attorneys’ fees,
arising out of or resulting from the performance of services under this Agreement,
provided that any such claim, loss, damage, liability or expense is attributable to
bodily injury, sickness, disease, death or to injury to or destruction of property,
including the loss therefrom, or to any violation of federal, state or municipal law
or regulation, which arises out of or is any way connected with the performance of
this agreement (collectively “Liabilities”) except where such Liabilities are caused
solely by the negligence or willful misconduct of any indemnitee. The County
may participate in the defense of any such claim without relieving Contractor of
any obligation hereunder.
In the event that Contractor or any employee, agent, or subcontractor of Contractor
providing services under this Agreement is determined by a court of competent
jurisdiction or the Alameda County Employees’ Retirement Association (ACERA)
or California Public Employees’ Retirement System (PERS) to be eligible for
enrollment in ACERA and PERS as an employee of County, Contractor shall
indemnify, defend, and hold harmless County for the payment of any employee
and/or employer contributions for ACERA and PERS benefits on behalf of
Contractor or its employees, agents, or subcontractors, as well as for the payment
of any penalties and interest on such contributions, which would otherwise be the
responsibility of County.
3.
INSURANCE AND BOND: Contractor shall at all times during the term of the
Agreement with the County maintain in force those insurance policies and bonds
as designated in the attached Exhibit C, and will comply with all those
requirements as stated therein.
4.
PREVAILING WAGES: Pursuant to Labor Code Sections 1770 et seq., Contractor
shall pay to persons performing labor in and about Work provided for in Contract
not less than the general prevailing rate of per diem wages for work of a similar
character in the locality in which the Work is performed, and not less than the
general prevailing rate of per diem wages for legal holiday and overtime work in
said locality, which per diem wages shall not be less than the stipulated rates
contained in a schedule thereof which has been ascertained and determined by the
Director of the State Department of Industrial Relations to be the general prevailing
rate of per diem wages for each craft or type of workman or mechanic needed to
execute this contract.
5.
WORKERS’ COMPENSATION: Contractor shall provide Workers'
Compensation insurance, as applicable, at Contractor's own cost and expense and
Page 5 of 16
Contract No. ______________________
further, neither the Contractor nor its carrier shall be entitled to recover from
County any costs, settlements, or expenses of Workers' Compensation claims
arising out of this Agreement.
6.
7.
CONFORMITY WITH LAW AND SAFETY:
a.
In performing services under this Agreement, Contractor shall observe and
comply with all applicable laws, ordinances, codes and regulations of
governmental agencies, including federal, state, municipal, and local
governing bodies, having jurisdiction over the scope of services, including
all applicable provisions of the California Occupational Safety and Health
Act. Contractor shall indemnify and hold County harmless from any and all
liability, fines, penalties and consequences from any of Contractor’s
failures to comply with such laws, ordinances, codes and regulations.
b.
Accidents: If a death, serious personal injury or substantial property
damage occurs in connection with Contractor’s performance of this
Agreement, Contractor shall immediately notify the Alameda County Risk
Manager's Office by telephone. Contractor shall promptly submit to
County a written report, in such form as may be required by County of all
accidents which occur in connection with this Agreement. This report must
include the following information: (1) name and address of the injured or
deceased person(s); (2) name and address of Contractor's sub-Contractor, if
any; (3) name and address of Contractor's liability insurance carrier; and (4)
a detailed description of the accident and whether any of County's
equipment, tools, material, or staff were involved.
c.
Contractor further agrees to take all reasonable steps to preserve all
physical evidence and information which may be relevant to the
circumstances surrounding a potential claim, while maintaining public
safety, and to grant to the County the opportunity to review and inspect
such evidence, including the scene of the accident.
DEBARMENT AND SUSPENSION CERTIFICATION: (Applicable to all
agreements funded in part or whole with federal funds and contracts over
$25,000).
a.
By signing this agreement and Exhibit D, Debarment and Suspension
Certification, Contractor/Grantee agrees to comply with applicable federal
suspension and debarment regulations, including but not limited to 7 Code
of Federal Regulations (CFR) 3016.35, 28 CFR 66.35, 29 CFR 97.35, 34
CFR 80.35, 45 CFR 92.35 and Executive Order 12549.
Page 6 of 16
Contract No. ______________________
b.
By signing this agreement, Contractor certifies to the best of its knowledge
and belief, that it and its principals:
(1)
(2)
Are not presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntary excluded by any federal
department or agency;
Shall not knowingly enter into any covered transaction with a person
who is proposed for debarment under federal regulations, debarred,
suspended, declared ineligible, or voluntarily excluded from
participation in such transaction.
8.
PAYMENT: For services performed in accordance with this Agreement, payment
shall be made to Contractor as provided in Exhibit B hereto.
9.
TRAVEL EXPENSES: Contractor shall not be allowed or paid travel expenses
unless set forth in this Agreement.
10.
TAXES: Payment of all applicable federal, state, and local taxes shall be the sole
responsibility of the Contractor.
11.
OWNERSHIP OF DOCUMENTS: Contractor hereby assigns to the County and
its assignees all copyright and other use rights in any and all proposals, plans,
specification, designs, drawings, sketches, renderings, models, reports and related
documents (including computerized or electronic copies) respecting in any way
the subject matter of this Agreement, whether prepared by the County, the
Contractor, the Contractor’s sub-Contractors or third parties at the request of the
Contractor (collectively, “Documents and Materials”). This explicitly includes the
electronic copies of all above stated documentation.
Contractor also hereby assigns to the County and its assignees all copyright and
other use rights in any Documents and Materials including electronic copies stored
in Contractor’s Information System, respecting in any way the subject matter of
this Agreement.
Contractor shall be permitted to retain copies, including reproducible copies and
computerized copies, of said Documents and Materials. Contractor agrees to take
such further steps as may be reasonably requested by County to implement the
aforesaid assignment. If for any reason said assignment is not effective,
Contractor hereby grants the County and any assignee of the County an express
royalty – free license to retain and use said Documents and Materials. The
County’s rights under this paragraph shall apply regardless of the degree of
completion of the Documents and Materials and whether or not Contractor’s
Page 7 of 16
Contract No. ______________________
services as set forth in Exhibit “A” of this Agreement have been fully performed
or paid for.
In Contractor’s contracts with other Contractors, Contractor shall expressly
obligate its Sub-Contractors to grant the County the aforesaid assignment and
license rights as to that Contractor’s Documents and Materials. Contractor agrees
to defend, indemnify and hold the County harmless from any damage caused by a
failure of the Contractor to obtain such rights from its Contractors and/or SubContractors.
Contractor shall pay all royalties and license fees which may be due for any
patented or copyrighted materials, methods or systems selected by the Contractor
and incorporated into the work as set forth in Exhibit “A”, and shall defend,
indemnify and hold the County harmless from any claims for infringement of
patent or copyright arising out of such selection. The County’s rights under this
Paragraph 11 shall not extend to any computer software used to create such
Documents and Materials.
12.
CONFLICT OF INTEREST; CONFIDENTIALITY: The Contractor covenants
that it presently has no interest, and shall not have any interest, direct or indirect,
which would conflict in any manner with the performance of services required
under this Agreement. Without limitation, Contractor represents to and agrees
with the County that Contractor has no present, and will have no future, conflict of
interest between providing the County services hereunder and any other person or
entity (including but not limited to any federal or state wildlife, environmental or
regulatory agency) which has any interest adverse or potentially adverse to the
County, as determined in the reasonable judgment of the Board of Supervisors of
the County.
The Contractor agrees that any information, whether proprietary or not, made
known to or discovered by it during the performance of or in connection with this
Agreement for the County will be kept confidential and not be disclosed to any
other person. The Contractor agrees to immediately notify the County by notices
provided in accordance with Paragraph 13 of this Agreement, if it is requested to
disclose any information made known to or discovered by it during the
performance of or in connection with this Agreement. These conflict of interest
and future service provisions and limitations shall remain fully effective five (5)
years after termination of services to the County hereunder.
13.
NOTICES: All notices, requests, demands, or other communications under this
Agreement shall be in writing. Notices shall be given for all purposes as follows:
Page 8 of 16
Contract No. ______________________
Personal delivery: When personally delivered to the recipient, notices are
effective on delivery.
First Class Mail: When mailed first class to the last address of the recipient
known to the party giving notice, notice is effective three (3) mail delivery days
after deposit in a United States Postal Service office or mailbox. Certified Mail:
When mailed certified mail, return receipt requested, notice is effective on receipt,
if delivery is confirmed by a return receipt.
Overnight Delivery: When delivered by overnight delivery (Federal
Express/Airborne/United Parcel Service/DHL WorldWide Express) with charges
prepaid or charged to the sender’s account, notice is effective on delivery, if
delivery is confirmed by the delivery service. Telex or facsimile transmission:
When sent by telex or facsimile to the last telex or facsimile number of the
recipient known to the party giving notice, notice is effective on receipt, provided
that (a) a duplicate copy of the notice is promptly given by first-class or certified
mail or by overnight delivery, or (b) the receiving party delivers a written
confirmation of receipt. Any notice given by telex or facsimile shall be deemed
received on the next business day if it is received after 5:00 p.m. (recipient’s time)
or on a non-business day.
Addresses for purpose of giving notice are as follows:
To County:
COUNTY OF ALAMEDA
_____________________________
_____________________________
Attn:________________________
To Contractor:
_____________________________
_____________________________
_____________________________
Attn:________________________
Any correctly addressed notice that is refused, unclaimed, or undeliverable
because of an act or omission of the party to be notified shall be deemed effective
as of the first date that said notice was refused, unclaimed, or deemed
undeliverable by the postal authorities, messenger, or overnight delivery service.
Any party may change its address or telex or facsimile number by giving the other
party notice of the change in any manner permitted by this Agreement.
14.
USE OF COUNTY PROPERTY: Contractor shall not use County property
(including equipment, instruments and supplies) or personnel for any purpose
other than in the performance of his/her obligations under this Agreement.
Page 9 of 16
Contract No. ______________________
15.
16.
EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS:
Contractor assures that he/she/it will comply with Title VII of the Civil Rights Act
of 1964 and that no person shall, on the grounds of race, creed, color, disability, sex,
sexual orientation, national origin, age, religion, Vietnam era Veteran’s status,
political affiliation, or any other non-merit factor, be excluded from participation in,
be denied the benefits of, or be otherwise subjected to discrimination under this
Agreement.
a.
Contractor shall, in all solicitations or advertisements for applicants for
employment placed as a result of this Agreement, state that it is an “Equal
Opportunity Employer” or that all qualified applicants will receive
consideration for employment without regard to their race, creed, color,
disability, sex, sexual orientation, national origin, age, religion, Vietnam
era Veteran’s status, political affiliation, or any other non-merit factor.
b.
Contractor shall, if requested to so do by the County, certify that it has not,
in the performance of this Agreement, discriminated against applicants or
employees because of their race, creed, color, disability, sex, sexual
orientation, national origin, age, religion, Vietnam era Veteran’s status,
political affiliation, or any other non-merit factor.
c.
If requested to do so by the County, Contractor shall provide the County
with access to copies of all of its records pertaining or relating to its
employment practices, except to the extent such records or portions of such
records are confidential or privileged under state or federal law.
d.
Contractor shall recruit vigorously and encourage minority - and womenowned businesses to bid its subcontracts.
e.
Nothing contained in this Agreement shall be construed in any manner so as
to require or permit any act, which is prohibited by law.
f.
The Contractor shall include the provisions set forth in paragraphs A
through E (above) in each of its subcontracts.
DRUG-FREE WORKPLACE: Contractor and Contractor's employees shall
comply with the County's policy of maintaining a drug-free workplace. Neither
Contractor nor Contractor's employees shall unlawfully manufacture, distribute,
dispense, possess or use controlled substances, as defined in 21 U.S. Code § 812,
including, but not limited to, marijuana, heroin, cocaine, and amphetamines, at any
County facility or work site. If Contractor or any employee of Contractor is
convicted or pleads nolo contendere to a criminal drug statute violation occurring
Page 10 of 16
Contract No. ______________________
at a County facility or work site, the Contractor within five days thereafter shall
notify the head of the County department/agency for which the contract services
are performed. Violation of this provision shall constitute a material breach of this
Agreement
17.
AUDITS; ACCESS TO RECORDS: The Contractor shall make available to the
County, its authorized agents, officers, or employees, for examination any and all
ledgers, books of accounts, invoices, vouchers, cancelled checks, and other
records or documents evidencing or relating to the expenditures and disbursements
charged to the County, and shall furnish to the County, its authorized agents,
officers or employees such other evidence or information as the County may
require with regard to any such expenditure or disbursement charged by the
Contractor.
The Contractor shall maintain full and adequate records in accordance with
County requirements to show the actual costs incurred by the Contractor in the
performance of this Agreement. If such books and records are not kept and
maintained by Contractor within the County of Alameda, California, Contractor
shall, upon request of the County, make such books and records available to the
County for inspection at a location within County or Contractor shall pay to the
County the reasonable, and necessary costs incurred by the County in inspecting
Contractor’s books and records, including, but not limited to, travel, lodging and
subsistence costs. Contractor shall provide such assistance as may be reasonably
required in the course of such inspection. The County further reserves the right to
examine and reexamine said books, records and data during the three (3) year
period following termination of this Agreement or completion of all work
hereunder, as evidenced in writing by the County, and the Contractor shall in no
event dispose of, destroy, alter, or mutilate said books, records, accounts, and data
in any manner whatsoever for three (3) years after the County makes the final or
last payment or within three (3) years after any pending issues between the County
and Contractor with respect to this Agreement are closed, whichever is later.
18.
DOCUMENTS AND MATERIALS: Contractor shall maintain and make
available to County for its inspection and use during the term of this Agreement,
all Documents and Materials, as defined in Paragraph 11 of this Agreement.
Contractor’s obligations under the preceding sentence shall continue for three (3)
years following termination or expiration of this Agreement or the completion of
all work hereunder (as evidenced in writing by County), and Contractor shall in no
event dispose of, destroy, alter or mutilate said Documents and Materials, for three
(3) years following the County’s last payment to Contractor under this Agreement.
19.
TIME OF ESSENCE: Time is of the essence in respect to all provisions of this
Agreement that specify a time for performance; provided, however, that the
Page 11 of 16
Contract No. ______________________
foregoing shall not be construed to limit or deprive a party of the benefits of any
grace or use period allowed in this Agreement.
20.
TERMINATION: The County has and reserves the right to suspend, terminate or
abandon the execution of any work by the Contractor without cause at any time
upon giving to the Contractor prior written notice. In the event that the County
should abandon, terminate or suspend the Contractor’s work, the Contractor shall
be entitled to payment for services provided hereunder prior to the effective date
of said suspension, termination or abandonment. Said payment shall be computed
in accordance with Exhibit B hereto, provided that the maximum amount payable
to Contractor for its ___________ Services shall not exceed
$________________payment for services provided hereunder prior to the
effective date of said suspension, termination or abandonment.
21.
SMALL LOCAL AND EMERGING BUSINESS PARTICIPATION: Contractor
shall subcontract with company name (street address, city, state,; Principal, name),
for services to be provided under this Agreement in an amount of at least twenty
percent (20%) (or adjust percentage if more than or less than) of the contract value
of this Agreement in accordance with County’s Small and Emerging Local Business
provision.
Participation of a small and/or emerging local business must be maintained for the
term of this contract. Contractor shall not substitute the small and/or emerging
local business(s) listed in this agreement without prior written approval from the
County. County will be under no obligation to pay contractor for the percent
committed to a small and/or local business if the work is not performed or not
performed by the listed small and/or emerging local business. Said requests to
substitute a small and/or emerging local business shall be submitted in writing to
the County department contract representative identified under Item #13 above.
Contractor will not be able to substitute the subcontractor without prior written
approval from the Alameda County Auditor Controller Agency, Office of Contract
Compliance Officer.
Contractor shall provide SLEB utilization reports when invoicing the County
utilizing the Alameda County Compliance System. Contractor and Contractor’s
small and/or emerging local businesses participating as subcontractors on the
awarded contract are required to use the County web-based compliance system as
described in Exhibit E (Contract Compliance Reporting Requirements) to report
and validate payments made by Prime Contractors to the certified small and/or
emerging local businesses. It is the Contractor’s responsibility to ensure that they
and their subcontractors are registered and trained as required to utilize the
Alameda County Contract Compliance System.
Page 12 of 16
Contract No. ______________________
Contact the County County County Auditor- Controller’s Office of Contract
Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel:
(510) 891-5500, Fax: (510) 272-6502 or via E-mail at
ACSLEBcompliance@acgov.org if you have any other questions regarding
utilization of the Alameda County Contract Compliance System.
Alternate Language: Delete above two paragraphs and use the following alternate
language if the prime contractor is a certified small or emerging local business.
Delete the following paragraph and use the above language if the prime
contractor is not a certified small or emerging local business:
SMALL, LOCAL AND EMERGING BUSINESS PARTICIPATION: Contractor
has been certified by the County as a small or emerging local business. As a
result, there is no requirement to subcontract with another business in order to
satisfy the County’s Small and Emerging Locally owned Business provision.
However, should Contractor’s status as a certified small or emerging local
business change at any time during the term of this Agreement, Contractor shall
comply with the County’s Small and Emerging Locally owned Business provision.
22.
FIRST SOURCE PROGRAM: For contracts over $100,000, Contractor shall
provide County ten (10) working days to refer to Contractor, potential candidates
to be considered by Contractor to fill any new or vacant positions that are
necessary to fulfill their contractual obligations to the County that Contractor has
available during the contract term before advertising to the general public.
23.
CHOICE OF LAW: This Agreement shall be governed by the laws of the State of
California.
24.
WAIVER: No waiver of a breach, failure of any condition, or any right or remedy
contained in or granted by the provisions of this Agreement shall be effective
unless it is in writing and signed by the party waiving the breach, failure, right or
remedy. No waiver of any breach, failure, right or remedy shall be deemed a
waiver of any other breach, failure, right or remedy, whether or not similar, nor
shall any waiver constitute a continuing waiver unless the writing so specifies.
25.
ENTIRE AGREEMENT: This Agreement, including all attachments, exhibits,
and any other documents specifically incorporated into this Agreement, shall
constitute the entire agreement between County and Contractor relating to the
subject matter of this Agreement. As used herein, Agreement refers to and
includes any documents incorporated herein by reference and any exhibits or
attachments. This Agreement supersedes and merges all previous understandings,
and all other agreements, written or oral, between the parties and sets forth the
entire understanding of the parties regarding the subject matter thereof. The
Page 13 of 16
Contract No. ______________________
Agreement may not be modified except by a written document signed by both
parties.
26.
HEADINGS herein are for convenience of reference only and shall in no way
affect interpretation of the Agreement.
27.
ADVERTISING OR PUBLICITY: Contractor shall not use the name of County,
its officers, directors, employees or agents, in advertising or publicity releases or
otherwise without securing the prior written consent of County in each instance.
28.
MODIFICATION OF AGREEMENT: This Agreement may be supplemented,
amended or modified only by the mutual agreement of the parties. No
supplement, amendment or modification of this Agreement shall be binding unless
it is in writing and signed by authorized representatives of both parties.
29.
ASSURANCE OF PERFORMANCE: If at any time County believes Contractor
may not be adequately performing its obligations under this Agreement or that
Contractor may fail to complete the Services as required by this Agreement,
County may request from Contractor prompt written assurances of performance
and a written plan acceptable to County, to correct the observed deficiencies in
Contractor’s performance. Contractor shall provide such written assurances and
written plan within ten (10) calendar days of its receipt of County’s request and
shall thereafter diligently commence and fully perform such written plan.
Contractor acknowledges and agrees that any failure to provide such written
assurances and written plan within the required time is a material breach under this
Agreement.
30.
SUBCONTRACTING/ASSIGNMENT: Contractor shall not subcontract, assign
or delegate any portion of this Agreement or any duties or obligations hereunder
without the County’s prior written approval.
a.
Neither party shall, on the basis of this Agreement, contract on behalf of or
in the name of the other party. Any agreement that violates this Section
shall confer no rights on any party and shall be null and void.
b.
Contractor shall use the subcontractors identified in Exhibit A and shall not
substitute subcontractors without County’s prior written approval.
c.
Contractor shall remain fully responsible for compliance by its
subcontractors with all the terms of this Agreement, regardless of the terms
of any agreement between Contractor and its subcontractors.
Page 14 of 16
Contract No. ______________________
31.
SURVIVAL: The obligations of this Agreement, which by their nature would
continue beyond the termination on expiration of the Agreement, including
without limitation, the obligations regarding Indemnification (Paragraph 2),
Ownership of Documents (Paragraph 11), and Conflict of Interest (Paragraph 12),
shall survive termination or expiration.
32.
SEVERABILITY: If a court of competent jurisdiction holds any provision of this
Agreement to be illegal, unenforceable, or invalid in whole or in part for any
reason, the validity and enforceability of the remaining provisions, or portions of
them, will not be affected, unless an essential purpose of this Agreement would be
defeated by the loss of the illegal, unenforceable, or invalid provision.
33.
PATENT AND COPYRIGHT INDEMNITY: Contractor represents that it knows
of no allegations, claims, or threatened claims that the materials, services,
hardware or software (“Contractor Products”) provided to County under this
Agreement infringe any patent, copyright or other proprietary right. Contractor
shall defend, indemnify and hold harmless County of, from and against all losses,
claims, damages, liabilities, costs expenses and amounts (collectively, “Losses”)
arising out of or in connection with an assertion that any Contractor Products or
the use thereof, infringe any patent, copyright or other proprietary right of any
third party. County will: (1) notify Contractor promptly of such claim, suit or
assertion; (2) permit Contractor to defend, compromise, or settle the claim; and,
(3) provide, on a reasonable basis, information to enable Contractor to do so.
Contractor shall not agree without County’s prior written consent, to any
settlement, which would require County to pay money or perform some
affirmative act in order to continue using the Contractor Products.
a.
If Contractor is obligated to defend County pursuant to this Section 33 and
fails to do so after reasonable notice from County, County may defend
itself and/or settle such proceeding, and Contractor shall pay to County any
and all losses, damages and expenses (including attorney’s fees and costs)
incurred in relationship with County’s defense and/or settlement of such
proceeding.
b.
In the case of any such claim of infringement, Contractor shall either, at its
option, (1) procure for County the right to continue using the Contractor
Products; or (2) replace or modify the Contractor Products so that that they
become non-infringing, but equivalent in functionality and performance.
c.
Notwithstanding this Section 33, County retains the right and ability to
defend itself, at its own expense, against any claims that Contractor
Products infringe any patent, copyright, or other intellectual property right.
Page 15 of 16
Contract No. ______________________
34.
OTHER AGENCIES: Other tax supported agencies within the State of California
who have not contracted for their own requirements may desire to participate in
this contract. The Contractor is requested to service these agencies and will be
given the opportunity to accept or reject the additional requirements. If the
Contractor elects to supply other agencies, orders will be placed directly by the
agency and payments made directly by the agency.
35.
SIGNATORY: By signing this agreement, signatory warrants and represents that
he/she executed this Agreement in his/her authorized capacity and that by his/her
signature on this Agreement, he/she or the entity upon behalf of which he/she
acted, executed this Agreement
[END OF GENERAL TERMS AND CONDITIONS]
Page 16 of 16
EXHIBIT K
COUNTY OF ALAMEDA
RFQ No. 900563
for
Fire Apparatus-Pumper Truck
ENVIRONMENTAL CERTIFICATION
The bidder certifies under penalty of perjury the following:
 The products we are proposing to supply are not manufactured with and do not contain, use, or generate
PBTs as defined in Acronym and Term Glossary of this RFQ.
 Our company, and any product provided to the County as part of this contract, is in compliance
with all local, state, and federal environmental and worker health and safety regulations that apply
to their operation.
The bidder shall provide the following with its response:
A brief description of planned efforts to minimize the amount of packaging and shipping materials and a
description of the post-consumer recycled content of those materials:
Print Name/Title: _____________________________________________________________________
Company Name: _____________________________________________________________________
Signature:
_____________________________________________________________________
Date:
_____________________________________________________________________
RFQ No. 900563
EXHIBIT L
RFQ VENDOR BID LIST
Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No.
900563 and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational
purposes to assist bidders in making contact with other businesses as needed to develop local small and
emerging business subcontracting relationships to meet the requirements of the Small Local Emerging
Business (SLEB) Program (described within this RFQ). For additional information regarding the SLEB
Program, please visit our website at http://www.acgov.org/gsa/sleb/ and/or contact the Auditor-
Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland,
CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at
ACSLEBcompliance@acgov.org
Potential bidders are strongly encouraged, but not required, to attend the Networking/Bidders Conferences
in order to further facilitate subcontracting relationships. Vendors who attend the Networking/Bidders
Conferences will be added to the Vendor Bid List. Please see the RFQ sections entitled ‘Calendar of
Events’ and ‘Networking/Bidders Conferences’ for additional information. The Networking/Bidders
Conferences scheduled for all current projects are posted on the GSA Calendar of Events website at
http://www.acgov.org/gsa/Calendar.jsp. An RFQ Addendum will be issued to all vendors on the Vendor
Bid List following the Networking/Bidders Conferences and will include contact information for each
vendor attendee.
RFI No. 900563 - Fire Apparatus-Pumper Truck
Business Name
Contact
Phone
Address
City
Zip
Email
Valley Fire Sales & Services
Yuki Vela
916-374-2912
425 S. Hacienda Blvd
City of Industry
CA
yuki.vela@valleypsi.com
Hi-Tech Emergency Vehicle Ser Inc.
Dan Marchione
209-847-3042
444 West Greger St.
Oakdale
CA
danm@hitechevs.com
Peterbuilt of Nor-Cal
Jim Matthews
800-339-7911
7911 Redwood Drive
Cotati
CA
jim.matthews@norcalpete.com
Fire Truck Headquarters
Jim Phipps
(510) 569-9909
10012 Denny Street
Oakland
CA
imagona@ix.netcom.com
Golden State Fire Apparatus Inc.
Ryan Wright
(209) 522-0422
1237 Doker Drive
Modesto
CA
ryan@goldenstatefire.com
KME Fire Apparatus
Brandon Gomez
(909)-937-3326
5400 E Jurupa Street
Ontario
CA
bgomez@kovatch.com
Shea & Sons Emergency Vehicles
Mike Shea
408-866-8323
1550 Winchester Blvd.
Campbell
CA
mshea@sheaandsons.com
KPB Enterprises, LLC
Kenneth Brown
(775) 265-4711
P.O. Box 2336
Gardnerville
NV
ken_brown1@verizon.net
EXHIBIT M
RFQ No. 900563
For
Fire Apparatus-Pumper Truck
RESPONSE CONTENT AND SUBMITTALS
COMPLETENESS CHECKLIST
1.
Bid responses must be signed in ink and include evidence that the person or persons
signing the proposal is/are authorized to execute the proposal on behalf of the bidder.
2.
Bidders shall provide all of the below noted Bid documentation and exhibits. Any material
deviation from these requirements may be cause for rejection of the proposal, as
determined in the County’s sole discretion. The content and sequence for each required
Bid document/exhibit shall be as follows:
CHECK LIST

A.
Title Page: Show RFQ number and title, your company name and address, name of
the contact person (for all matters regarding the RFQ response), telephone number
and quotation/proposal date.

B.
Table of Contents: Bid responses shall include a table of contents listing the
individual sections of the quotation/proposal and their corresponding page numbers.
Tabs should separate each of the individual sections.

C.
Cover Letter: Bid responses shall include a cover letter describing Bidder and
include all of the following:
1)
The official name of Bidder;
2)
Bidder’s organizational structure (e.g. corporation, partnership, limited
liability company, etc.);
3)
The jurisdiction in which Bidder is organized and the date of such
organization;
4)
The address of Bidder’s headquarters, any local office involved in the Bid
QUOTATION; and the address/location where the actual production of
goods and/or services will be performed;
5)
Bidder’s Federal Tax Identification Number;
6)
The name, address, telephone, fax numbers and e-mail address of the
person(s) who will serve as the contact(s) to the County, with regards to the
RFQ response, with authorization to make representations on behalf of and
to bind Bidder;
Exhibit M
Page 1 of 5
7)
A representation that Bidder is in good standing in the State of California
and will have all necessary licenses, permits, certifications, approvals and
authorizations necessary in order to perform all of its obligations in
connection with this RFQ. This requirement includes the necessity for some
out of state companies to be registered with the State of California by the
effective date of the agreement. Information regarding this requirement can
be located at the Secretary of State website, http://www.sos.ca.gov/.; and
8)
An acceptance of all conditions and requirements contained in this RFQ.

D.
Letter of Transmittal: Bid responses shall include a description of Bidder’s
approach in providing its goods and/or services to the County in one or two pages
stating its understanding of the work to be done and a positive commitment to
perform the work as specified.

E.
Executive Summary: A brief synopsis of the highlights of the Proposal and overall
benefits of the Proposal to the County. This synopsis should not exceed three (3)
pages in length and should be easily understood.

F.
Bidder’s Qualifications and Experience:
Provide a description of Bidder’s capabilities pertaining to this RFQ. This
description should not exceed five (5) pages and should include a detailed summary
of Bidder’s experience relative to RFQ requirements described herein, including
references.

G.
Financial Statements. Responses are to include:
 Bidder’s most recent Dun & Bradstreet Supplier Evaluation Report. Dun &
Bradstreet Supplier Qualifier Report (formerly Supplier Evaluation Report)
must be ranked a 6 or lower for bidder to be considered for contract award.
For information on how to obtain a Supplier Evaluation Report, contact Dun
& Bradstreet at 1-866-719-7158 or www.dnb.com.

H.
Key Personnel - Qualifications and Experience:
Bid responses shall include a complete list of and resumes for all key personnel
associated with the RFQ. This list must include all key personnel who will provide
services/training to County staff and all key personnel who will provide
maintenance and support services.

I.
Responses to Section E, Requirements List:
Bidder must submit a completed Section G “Requirements List” in order for their
bid to be considered complete. Bidder shall include any and all exceptions or
clarifications to the Requirements List. Attach separate sheets describing any and all
exceptions and clarifications itemized by their number in the Requirements List.
Exhibit M
Page 2 of 5

J.
Description of the Proposed Equipment:
Bid response shall include a description of the proposed equipment, as it will be
finally configured during the term of the contract. The description shall include any
disadvantages or limitations that the County should be aware of in evaluating the
QUOTATION. Finally, the description shall describe all product warranties
provided by Bidder.

K.
Description of the Proposed Services:
Bid response shall include a description of the terms and conditions of services to
be provided during the contract term including response times. The description
shall contain a basis of estimate for services including its scheduled start and
completion dates, the number of Bidder’s and County personnel involved, and the
number of hours scheduled for such personnel. The description shall identify spare
or replacement parts that will be required in performing maintenance services, the
anticipated location(s) of such spare parts, and how quickly such parts shall be
available for repairs. Finally, the description must: (1) specify how the services in
the bid response will meet or exceed the requirements of the County; (2) explain
any special resources, procedures or approaches that make the services of Bidder
particularly advantageous to the County; and (3) identify any limitations or
restrictions of Bidder in providing the services that the County should be aware of
in evaluating its Response to this RFQ.

L.
Certificates and Licenses:
Bidder must submit all certificates and licenses described in this RFQ, including but
not limited to:





M.
Copy of ISO Certificate
Copy of automotive manufacturers license
Copy of automotive dealership license
Copy of automotive sales license
References, Exhibit D:
1)
Bidders are to provide a list of 5 former clients on Exhibit D, attached hereto.
References must be satisfactory as deemed solely by County. References
should have similar scope, volume and requirements to those outlined in these
specifications, terms and conditions.
2)
Reference information is to include:
 Company/Agency name
 Contact person (name and title), contact person is to be someone directly
involved with the services
 Complete street address
Exhibit M
Page 3 of 5
 Telephone number AND E-Mail address
 Type of business
 Dates of service
3)

N.
The County may contact some or all of the references provided in order to
determine Bidder’s performance record on work similar to that described in
this request. The County reserves the right to contact references other than
those provided in the Response and to use the information gained from them
in the evaluation process.
Bid Form, Exhibit B:
Pricing for the procurement of goods and services by the County shall include all
taxes, freight and all other costs, or credits, associated with the procurement and
delivery to the County of Bidder’s goods and services. Refer to “PRICING” under
Section IV designated “TERMS AND CONDITIONS”.

O.
Evidence of Insurance:
Certificates of insurance are required per the attached Exhibit C from a reputable
insurer evidencing all coverages required for the term of any contract that may be
awarded pursuant to this RFQ. The County’s insurance requirements for Additional
Insured reads, “All insurance required above with the exception… shall be endorsed
to name as additional insured…”An endorsement is an amendment to a contract,
such as an insurance policy, by which the original terms are changed. The
insurance certificate (also known as the “Acord”) carries a disclaimer, “This
certificate is issued as a matter of information only and confers no rights upon the
certificate holder. This certificate does not amend, extend or alter the coverage
afforded by the policy below.” Additional insureds listed in the description box
are not a proper risk transfer. Any amendment or extension of the coverage such as
an additional insured should be provided by a separate endorsement page or copy of
the policy

P.
Bonds:
Provide written evidence of Bidder’s ability to obtain performance and warranty
bonds, from a reputable bond company, in the amount of Bidder’s proposed
purchase price for the equipment/system.
Q.
Other required Submittals/Exhibits not included above that are required in the bid
response:


Exhibit A, Acknowledgement form for the RFP and for each Addendum,
must be signed and returned.
Exhibit E, SLEB Certification Application Package, completed, signed,
required documentation attached (applicable to a small or emerging business,
located within the boundaries of Alameda County, seeking certification or
renewal certification).
Exhibit M
Page 4 of 5






Exhibit F, Small Local Emerging Business (SLEB) Subcontracting
Information Sheet, must be completed and signed.
Exhibit G, Request for Preference for Local Business and Small Local or
Emerging Local Business, completed and signed (read Exhibit G for
applicability). If applying for local preference, submit the following:

Copy of a verifiable business license, issued by the County of
Alameda or a City within the County; and

Proof of six (6) month business residency, identifying the name of the
vendor and the local address: utility bills, deed of trust or lease
agreement.
Exhibit H, First Source Agreement, must be completed and signed
(applicable to contracts over $100,000).
Exhibit I, Exceptions, Clarifications and Amendments Form, must be
completed and signed. Any exceptions, clarifications and amendments
should also address the attached Exhibits, particularly Exhibit J, Standard
Agreement (The County is under no obligation to accept any exceptions and
such exceptions may be a basis for bid disqualification).
Exhibit K, Environmental Certification.
Exhibit N, Debarment and Suspension Certification.
Exhibit M
Page 5 of 5
EXHIBIT N
COUNTY OF ALAMEDA
RFQ No. 900563
for
Fire Apparatus-Pumper Truck
DEBARMENT AND SUSPENSION CERTIFICATION
For Procurements Over $25,000
The bidder, under penalty of perjury, certifies that, except as noted below, bidder, its
Principal, and any named and unnamed subcontractor:
 Is not currently under suspension, debarment, voluntary exclusion, or determination
of ineligibility by any federal agency;
 Has not been suspended, debarred, voluntarily excluded or determined ineligible by
any federal agency within the past three years;
 Does not have a proposed debarment pending; and
 Has not been indicted, convicted, or had a civil judgment rendered against it by a
court of competent jurisdiction in any matter involving fraud or official misconduct
within the past three years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in
determining bidder responsibility. For any exception noted above, indicate below to whom
it applies, initiating agency, and dates of action.
Notes:
Providing false information may result in criminal prosecution or administrative
sanctions. The above certification is part of the Proposal. Signing this Proposal on
the signature portion thereof shall also constitute signature of this Certification.
BIDDER: _________________________________________________________________
PRINCIPAL: _______________________________ TITLE: ________________________
SIGNATURE: ______________________________ DATE: ________________________
Exhibit N
Download