258
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, 11 th Floor 1401 Lakeside Drive Oakland, CA 94612 2:00 p.m. on April 29, 2009 at Social Services Agency California Poppy Room 225 (2 nd 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/contractopportuniti es.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: [email protected] 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

Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

  • Upload
    vankhue

  • View
    217

  • Download
    1

Embed Size (px)

Citation preview

Page 1: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

COUNTY OF ALAMEDA

REQUEST FOR QUOTATION No. 900563

SPECIFICATIONS, TERMS & CONDITIONSfor

FIRE APPARATUS-PUMPER TRUCKS

NETWORKING/BIDDERS CONFERENCESat

10:00 a.m.on

April 28, 2009  at

General Services AgencyRoom 1105, 11th Floor1401 Lakeside DriveOakland, CA 94612

2:00 p.m.on

April 29, 2009at

Social Services AgencyCalifornia 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: [email protected]

RESPONSE DUEby

2:00 p.m.on

May 22, 2009at

Alameda County, GSA-Purchasing1401 Lakeside Drive, Suite 907

Oakland, CA 94612

1401 LAKESIDE DRIVE, SUITE 907, OAKLAND, CALIFORNIA 94612510 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

Page 2: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 900563

SPECIFICATIONS, TERMS & CONDITIONSFor

FIRE APPARATUS-PUMPER TRUCKS

TABLE OF CONTENTSPage 1 of 2

Page

I. ACRONYM AND TERM GLOSSARY....................................................................................4II. STATEMENT OF WORK

A. Intent..................................................................................................................................5B. Scope.................................................................................................................................5C. Vendor Qualifications........................................................................................................6D. Specific Requirements.......................................................................................................6E. Requirements List..............................................................................................................7F. Reports and Deliverables.................................................................................................99G. Debarment and Suspension............................................................................................100H. General Environmental Requirements............................................................................100

III. INSTRUCTIONS TO BIDDERSI. County Contacts.............................................................................................................102J. Calendar of Events.........................................................................................................103K. Networking/Bidders Conference....................................................................................103L. Submittal of Bids...........................................................................................................104M. Response Format............................................................................................................106N. Notice of Award.............................................................................................................106O. Bid Protest / Appeals Process.........................................................................................106

IV. TERMS AND CONDITIONSP. Term / Termination / Renewal.......................................................................................108Q. Brand Names and Approved Equivalents.......................................................................108R. Quantities.......................................................................................................................109S. Pricing............................................................................................................................109T. Award............................................................................................................................110U. Method of Ordering.......................................................................................................111V. Invoicing........................................................................................................................111W. Bonds.............................................................................................................................111X. County Provisions..........................................................................................................113Y. Online Contract Compliance Management System........................................................116Z. Compliance Information and Records............................................................................117AA. Account Manager/Support Staff.....................................................................................117BB. General Requirements....................................................................................................118

Page 3: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 900563

SPECIFICATIONS, TERMS & CONDITIONSFor

FIRE APPARATUS-PUMPER TRUCKS

TABLE OF CONTENTSPage 2 of 2

ATTACHMENTS Exhibit A – AcknowledgementExhibit B – Bid FormExhibit C – Insurance RequirementsExhibit D1 – Current ReferencesExhibit D2 – Former ReferencesExhibit E – SLEB Certification Application PackageExhibit F – Small and Local Business Subcontracting InformationExhibit G – Request for Small and Local or Emerging PreferenceExhibit H – First Source AgreementExhibit I – Exceptions, Clarifications, AmendmentsExhibit J – Standard Agreement Contract Draft Exhibit K – Environmental CertificationExhibit L – RFQ Vendor Bid ListExhibit M – Response/Content Submittal; Completeness Check ListExhibit N – Debarment and Suspension Certification

Page 4: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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 Refers to the Alameda County Fire DepartmentBid Shall mean the bidders’/contractors’ response to this RequestBidder Shall mean the specific person or entity responding to this RFQBoard Shall refer to the County of Alameda Board of SupervisorsContractor When capitalized, shall refer to selected bidder that is awarded a

contractCRTG CartridgeCounty When capitalized, shall refer to the County of AlamedaEnvironmentally Preferable Products

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

EPA United States Environmental Protection AgencyFCR Federal Code of Regulations (automotive) Federal Refers to United States Federal Government, its departments and/or

agenciesFLDNC Fire Line Do Not CrossF.O.B Shall mean without charge for delivery to destination and placing on

board a carrier at a specified point (Free On Board)FR Fire ResistantISO International Organization for StandardizationLabor Code Refers to California Labor CodeLED Light Emitting Diode LH Left HandLTWT Light WeightMSDS Refers to Material Safety Data SheetsNFPA Shall refer to the National Fire Protection AssociationNHM/NHF National Hose Thread Male/National Hose Thread FemaleNPSH National Pipe Standard HoseNYC New York CityOSHA Refers to California Occupational Safety and Health AdministrationsOZ Ounce(s)PBTs 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/

PO Shall refer to Purchase Order(s)PTFE Refers to Polytetrafluoroethylene

Page 4 of 118

Page 5: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

Quotation Shall mean bidder’s response to this RFQRequest for Quotation 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

Response Shall refer to bidder’s quotation submitted in reply to RFQRFQ Request for QuotationSAE Society of Automotive EngineersSCBA Self Contained Breathing Apparatus SLEB Small Local Emerging BusinessSource Reduction 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.

SST Super Shell-titeState Refers to State of California, its departments and/or agenciesTPP Thermal Protective PerformanceUL As used herein shall refer to the Underwriters LaboratoriesVAC Volts Alternating CurrentVDC Volts Direct CurrentVEH VehicleVLH Valve-Lock Hose

II. 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

Page 6: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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. 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.

D. 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

Page 7: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

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.

E. 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

Page 8: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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 non-compliance 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 SPECIFICATIONSAny 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

Page 9: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No1. 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 DESIGNThe 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 COMPLIANCEThe 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

Page 10: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nomanufacturer 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. ACCEPTANCEBefore 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 LAWSThe 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”.

N/A

Page 10 of 118

Page 11: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe 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 REGISTRATIONThe 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

Page 12: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No_______________________________________________________________

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 TERMThe 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 monthsY – X multiplied by 100 = % of allowable increase

Page 12 of 118

Page 13: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No 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 AGREEMENTIt 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. MODIFICATIONThe 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. PAYMENTTerms 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

Page 14: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoBidders 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 REPORTSThe 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 AvenueSan 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 PREPARATIONBid 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

Page 15: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No 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 PROGRAMAfter 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 STANDARDSThis 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

Page 16: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoApparatus 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.

23. 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.

24. PUMP TESTThe 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.

25. GENERATOR TESTIf 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.

26. APPROVAL DRAWINGA 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 asoutlined throughout these specifications shall be cause for rejection of the bid package.

WARRANTY PROCEEDURETo 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

Page 17: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nothe existing apparatus. This includes coordinating repairs between the original manufacturer of the component and filing of warranty claims on behalf of the County.

28. FRAME RAIL WARRANTYThe 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.

29. 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).

30. REAR AXLE WARRANTYtwo (2) year, unlimited mileage, parts and labor warranty shall be provided with this axle.

31. ANTI-LOCK BRAKE SYSTEM WARRANTYABS system shall come with a three (3) year or 300,000 mile parts and labor warranty provided by Meritor Wabco Vehicle Control Systems.

32. ENGINE WARRANTYThe engine shall come with a five (5) year or 100,000 mile

33. TRANSMISSION WARRANTYThe 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.

34. STEERING WARRANTYThe steering gear shall have a three (3) year parts and labor warranty.

35. 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.

36. FOLD DOWN STEP WARRANTYThe 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.

37. 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 WARRANTYThe tank shall have a lifetime warranty.

Page 17 of 118

Page 18: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoIf 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

39. BODY WARRANTYA 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.

40. PUMP WARRANTYA five (5) year warranty shall be provided for the pump.

41. PUMP PLUMBING WARRANTYThe 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.

42. WARRANTY - PAINT AND CORROSIONThe 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 TRIPSThe 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 HEIGHTThe maximum overall height of the apparatus shall be 118.00".

46. CHASSISThe 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

Page 19: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe seating capacity in the cab shall be six (6).

48. WHEELBASEThe wheelbase of the vehicle shall be no greater than 190.75".

49. GVW RATINGThe gross vehicle weight rating shall be a minimum of 43,500 lbs.

50. FRAMEThe 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 inch-pounds 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 AXLEThe 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

Page 20: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

The steering linkage shall provide proper steering angles for the inside and outside wheel, based on the vehicle wheelbase.

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.

52. FRONT OIL SEALSOil seals with viewing window shall be provided on the front axle.

53. FRONT SHOCK ABSORBERSHeavy-duty telescoping shock absorbers (KONI) shall be provided on the front suspension.

54. REAR AXLEThe rear axle shall be a Meritor™, Model RS-24-160 with a capacity of 24,000 pounds.

55. REAR OIL SEALS Oil seals shall be provided on the rear axle.

56. TOP SPEED OF VEHICLEA rear axle ratio shall be furnished to allow the vehicle to reach a top speed of 65 to 67 MPH.

57. FRONT SUSPENSIONFront 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

Page 21: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No24,000 pounds. The suspension has the following features:

1. Heavy-duty shock absorbers to protect air springs from overextension.2. Heavy-duty torque rods and bushings3. Premium, heavy-duty rubber bushings require no lubrication4. Integrated stabilizer design results in greater stability5. Low spring rate air springs for excellent ride quality6. Dual height control valves to maintain level vehicle from side to side.

N/A

59. ANTI-LOCK BRAKE SYSTEMThe 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 BRAKEA 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 SYSTEMThe air compressor shall be a Bendix BA-921 with 15.8 cubic feet per minute output at 1250 RPM.

64. BRAKE SYSTEMThe brake system shall include:

1. Bendix-Westinghouse dual brake treadle valve with vinyl covered foot surface.

Page 21 of 118

Page 22: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No2. 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.65. 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.

66. BRAKE LINESColor coded nylon brake lines shall be provided. The lines shall be wrapped in a heat protective loom where necessary in the chassis.

67. AIR INLETOne (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.

68. AIR OUTLETOne (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.

69. ALL WHEEL LOCK-UPAn all wheel lock-up system shall be installed which applies air to the front brakes and uses the spring brake at the rear.

70. GUARD, FRONT WHEEL LOCKA U-bolt type protective guard shall installed over the "Front Wheel Lock" knob to prevent accidental activation of the brake.

71. MANUAL MOISTURE EJECTORSThree (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

Page 23: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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. ENGINEThe 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 rpm3. Peak Torque: 1650 lb-ft at 1200 rpm4. Governed Speed: 2000 rpm5. 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 type2. Injectors: Cam operated, unit type, clean tip3. Starting Motor: 12-volt4. An additional engine start button shall be provided next to the standard

button on the cab instrument panel.5. Turbocharger6. Air To Air After-cooled7. Lube Oil Cooler8. Lube Oil Filter: Full flow9. Air Cleaner: Farr or equal10. Fuel Filters: Dual, with check valve11. 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.

N/A

74. CONTROLS AND INDICATOR LIGHTSThe 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

Page 24: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No3. 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 INTAKEThe 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.

The ember separator shall be easily accessible by tilting the cab.76. 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.

77. EXHAUST MODIFICATIONThe 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.

78. CLUTCH FANA Horton fan clutch shall be provided. The fan clutch shall be automatic when the pump transmission is in "Road" and "Pump" position.

79. FUEL SEPARATORThe 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 IDLEA 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

Page 25: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noadjacent 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. RADIATORThe 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

Page 26: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noentire 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. DRIVELINEDrivelines 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. TRANSMISSIONAn 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

Page 27: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noon the cab instrument panel.

89. TRANSMISSION, SHIFTERA 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 COOLERAn external transmission oil cooler shall be provided. Cooler shall be made of aluminum construction and sealed by O rings on end caps.

91. TRANSMISSION FLUIDThe transmission shall be provided with TranSynd, or TES 295 or equivalent heavy duty synthetic transmission fluid.

92. STEERINGDual 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. TIRESFront 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 COVERSChrome plated lug nut covers shall be installed on all lug nuts.

95. WHEEL CHOCKSThere 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 BRACKETSThere shall be one (1) Qty, set of Ziamatic SQCH-44-H horizontal mounting

Page 27 of 118

Page 28: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nowheel 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 pre-construction.

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

Page 29: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noshall 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

Page 30: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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

Page 31: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nothe 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 MODIFICATIONThe 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

Page 32: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noand related components.

102. AUXILIARY AIR COMPRESSORAn 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 FLOORThe cab and crew cab flooring shall be constructed with bright aluminum treadplate.

104. WINDOW TINTCrew cab windows shall be tinted for 44% light transmission. The following windows are included:Crew cab door, roll-up windows

105. DS CAB STORAGE COMPARTMENTA 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 COMPARTMENTA 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

Page 33: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe 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 BUTTONThe 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 LIFTA 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 BRAKEThe 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 LEVELA label which states "Cab Lift Fluid Level - Full Line" shall be provided on the

Page 33 of 118

Page 34: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nohydraulic 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. MIRRORSRamco, 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 PANA 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

Page 35: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No117. 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 UPHOLSTERYThe cab interior upholstery shall be black.

119. CAB INTERIOR PAINTThe cab interior metal surfaces shall be painted to match the cab exterior color.

120. GRAB HANDLEA 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 SEATA 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 SEATA 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

Page 36: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 SEATSTwo (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

Page 37: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

126. LOUVERSA louver shall be provided at each side of the forward facing seat riser.

127. SCUFFPLATEAn 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 UPHOLSTERYAll seat upholstery shall be black and black speckled Imperial 1200-type material. The cab shall have six (6) seating positions.

129. SEAT BELTSAll seating positions in cab and crew cab shall have red seat belts.

130. SEAT BELT INDICATOR LIGHTThe 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

Page 38: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noa 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 switches135. 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 CONDITIONINGA high performance air conditioning system shall be furnished inside the cab and crew cab.

Page 38 of 118

Page 39: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 INSULATIONThe 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

Page 40: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nomeet 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.

Page 40 of 118

Page 41: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No High transmission oil temperature activates a steady tone alarm. 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 ALARMS1) 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

Page 41 of 118

Page 42: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No Down position decreases panel backlighting.

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-OUTA system shall be provided which automatically tests basic indicator lights and alarms located on the cab instrument panel.

143. DIAGNOSTIC PANELA diagnostic panel shall be accessible while standing on the ground and located

Page 42 of 118

Page 43: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noinside the driver’s side door left of the steering column. The diagnostic panel 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)

144. CAB DISPLAYA display shall be mounted in the driver side of the cab within easy reach of the driver.

145. SWITCHESThere 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.146. 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.

147. RADIO WITH CD PLAYER AND REMOTEAn 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%

Page 43 of 118

Page 44: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No Channel Separation (1kHz) - 75dB

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 PANELSThe 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

Page 44 of 118

Page 45: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe primary power distribution shall be located behind the driver's seating 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 SYSTEMA 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

Page 45 of 118

Page 46: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nocomponents

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 DIAGRAMCopies 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 DIAGNOSTICSThe 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 DIAGNOSTICSAn 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

Page 47: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 SYSTEMA system shall be provided which automatically tests basic indicator lights and alarms located on the cab instrument panel.

155. VOLTAGE MONITOR SYSTEMA 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 POINTSThere 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 SOFTWAREThe 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 PROTECTIONTo 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

Page 47 of 118

Page 48: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoEMR for 10KHz-1GHz to 100 Volts/Meter. The vehicle OEM, upon request, 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 F2. An Optical Gel shall be placed between the LCD and protective lens3. Five weather resistant user interface switches4. Black enclosure with gray decal5. Sunlight Readable6. Linux operating system7. 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.

Page 48 of 118

Page 49: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoEvery screen shall include the following:

1. Exterior Ambient Temperature2. 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 SCREENSThe 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

Page 49 of 118

Page 50: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nomoved shall cause an “Alert Center” message if the parking brake is disengaged.

Chassis Information: The following information shall be shown:

1. Engine RPM2. Fuel Level3. Battery Voltage4. Engine Coolant Temperature5. Engine Oil Pressure6. “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 SCREENSThe 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

Page 50 of 118

Page 51: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No- Silence alarms- 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.

Page 51 of 118

Page 52: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No- Six (6)-Headset Hangar Hooks

The system shall also be provided with all interconnect cables and radio interface cables.

165. ADDITIONAL ITEMS, INTERCOMone (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)

166. TWO WAY RADIO INSTALLATIONThere 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.

167. CUSTOMER FURNISHED MOBILE TWO-WAY RADIO INSTALLATIONThere 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.

168. BATTERY SYSTEMSix (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.

169. BATTERY SYSTEMA 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 COMPARTMENTSBatteries 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 semi-permanent rubberized compound.

172. JUMPER STUDSOne (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

Page 52 of 118

Page 53: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Noenough room for easy jumper cable access. A tag shall be provided for 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 MOUNTSThere 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 CIRCUITThere 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 CIRCUITThere 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:

Page 53 of 118

Page 54: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No1. System voltage monitoring. 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 Conditioning2. 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.

N/A

Page 54 of 118

Page 55: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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).

N/A

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 LIGHTSFour (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

Page 56: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 number2. Part numbers with full descriptions3. Table of contents4. Parts section sorted in functional groups reflecting a major system,

component, or assembly5. Parts section sorted in Alphabetical order6. 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 number2. Table of contents3. Troubleshooting4. Front Axle/Suspension5. Brakes6. Engine7. Tires8. Wheels9. Cab10. Electrical, DC11. Air Systems

Page 56 of 118

Page 57: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No12. Plumbing13. 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 TANKBooster 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.

Page 57 of 118

Page 58: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoSump shall include a drain plug and the tank outlet.

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 DRAINA 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 STANDARDThe 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.

Page 58 of 118

Page 59: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoHose body width shall be minimum of 68.00" inside.

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 DIVIDERA cross-divider shall be provided just behind the fill tower. The divider shall be bolted to the side sheet.

194. SHELF HOSE BED W/DIVIDERA 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 COVERA 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

Page 60: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 BOARDSRunning 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 COVERA hinged bright aluminum treadplate cover with recessed flush mount pawl latches shall be provided for the one in each side running board hose tray.

Page 60 of 118

Page 61: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoCover shall be provided over the front of the tray the full width of the crosslay beds. A pneumatic stay arm stay arm shall be provided.

199. STRAP, VELCROTwo (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. TAILBOARDRear 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 BARA 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. COMPARTMENTATIONBody 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

Page 62: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 SYSTEMDue 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

Page 63: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 SURFACEAll exterior surfaces designated as stepping, standing, and walking areas shall comply with the required average slip resistance of the current NFPA standards.

205. LOUVERSAll 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 DESIGNBody 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.

Page 63 of 118

Page 64: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoA horizontally hinged, single lift-up door compartment over the rear wheels 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 SIDEA 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

Page 64 of 118

Page 65: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nopanels.

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

Page 65 of 118

Page 66: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No"C" section reinforcement shall be installed between the outer and interior 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 COMPARTMENTTwo (2) partitions shall be bolted in place to separate both side rear compartments from the rear tailboard compartment.

213. REVERSE HINGED DOOROne (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, DOORSOne (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 SCUFFPLATESix (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 LOCKSSeven (7) compartment doors shall be furnished with a keyed lock. The compartmentation to have a keyed lock shall be all compartment doors.

217. BACKBOARD STORAGEA 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 ACCESSThe bright aluminum treadplate flooring above the pump, shall be split into two

Page 66 of 118

Page 67: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No(2) pieces, for access to the pump and plumbing.

219. PULL-OUT TRAYThere 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 SHELVESThere 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 LININGPlywood 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

Page 68: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 TOOLBOARDA 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. STRAINEROne (1) 6.00” barrel strainer shall be provided by vendor. One (1) 6.00” Kochek K-Brite barrel strainer will be provided

230. HOSE TROUGHOne (1) hard suction hose trough shall be provided on the driver's side. Velcro

Page 68 of 118

Page 69: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nostraps shall be provided on each end of the trough to secure the hose storage. 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 LADDERSThe 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

Page 69 of 118

Page 70: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No(16.00”).

- 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 BRACKETSThe 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.

A painted stainless steel trough to house the 10’ folding ladder shall be provided and installed inside of the ladder brackets.

235. SPACERS, NON-ABRASIVE, LADDER SUPPORTSFour (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.

236. 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.

237. 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.

238. PIKE POLE STORAGEAluminum 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.

239. D HANDLE PIKE POLE STORAGEAluminum 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.

240. 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 STEPSChrome Eberhard or equal folding steps shall be provided at the rear. All steps shall provide adequate surface for stepping.

242. PUMPPump shall be a Waterous CMU 1500 gpm two (2) stage midship mounted

Page 70 of 118

Page 71: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nocentrifugal type or equal.

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

Page 71 of 118

Page 72: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nomechanical seal failure. The pump performance shall not deteriorate, nor shall 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 TRANSMISSIONPump 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-UPThe 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 SYSTEMA 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 VALVETransfer 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

Page 73: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 VALVEA 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 LINEA .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 COOLERA 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

Page 73 of 118

Page 74: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nochassis exhaust discharges onto the pavement.

252. PRIMERAn 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 MANUALSTwo (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. PLUMBINGAll 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

Page 74 of 118

Page 75: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nochrome cap.

The cap shall be the VLH, which incorporates a thread design to automatically relieve stored pressure in the line when disconnected.

256. SHORT SUCTION TUBEThe 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. VALVESWaterous 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 nickel-chrome 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 CONTROLControl for the side auxiliary inlet(s) shall be located at the inlet valve.

260. INLET BLEEDER VALVEA .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 PUMPThe 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.

Page 75 of 118

Page 76: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoA check valve shall be provided in the tank to pump supply line to prevent the possibility of "back filling" the water tank.

262. TANK REFILLA 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 CAPSChrome 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 VALVEA .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.

Page 76 of 118

Page 77: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe valves shall be located behind the panel with a swing style handle control 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 OUTLETSThe 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 OUTLETSThe 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 OUTLETSThe 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 VALVEThere 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 CONTROLSThe 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

Page 78: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 GUNAn 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 BEDSTwo (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

Page 79: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 DISCThe 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 ACCESSA 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, REELTwo (2) push button switches shall be installed on the front wall of the donnage

Page 79 of 118

Page 80: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nocompartment on the forward facing driver’s side and passenger’s side. The push button shall be between the pull up light and the front dunnage compartment wall.

284. FOAM SYSTEMThe foam system shall be externally mounted.

285. FOAM OUTLETS AT PUMP PANELTwo (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 TANKThe 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 DRAINThe 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 COMPARTMENTThe 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 MOUNTINGPump 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

Page 81: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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 TAGSThe 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 PANELThe 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

Page 81 of 118

Page 82: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nothe product.

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 CONTROLSThe 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 Hourmeter295. 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 TAGSpecial 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

Page 82 of 118

Page 83: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nopassenger's side discharges 3 & 4".

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 GAUGESThe 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"-0-600#.

The individual pressure gauge shall be installed as close to the outlet control as practical.

299. WATER LEVEL GAUGEAn 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.

Page 83 of 118

Page 84: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe display shall be constructed of a solid plastic material with a chrome plated 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 SHIELDThe 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 COMPARTMENTA 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 INSTALLATIONTo 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

Page 84 of 118

Page 85: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No SAE J928 - Electrical terminals - Pin and receptacle type A 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 non-waterproof 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.

Page 85 of 118

Page 86: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No(9) Heat shields shall be used to protect harnessing in areas where high

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 INSTALLATIONAll 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 INSTALLATIONAll 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

Page 86 of 118

Page 87: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoCountyat time of delivery.

305. STEP LIGHTSFour (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 BEZELTwo (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 BRACKETThere 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 LIGHTSThe 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

Page 87 of 118

Page 88: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nopanels without the interference from the flashing lights.

310. MAP LIGHTOne (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, INTERMEDIATEOne (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 BOXThe 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" INDICATORA 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 TruckThere 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)

Page 88 of 118

Page 89: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoRear Body Door Open.

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 StowedAny 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 LIGHTINGOn 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 LIGHTA master switch for the compartment lights shall be installed inside the cab, on the light switch panel.

317. WORK LIGHTS, RECESSED IN COMPARTMENT DOORA four (4) inch light shall be provided in the door pans of the driver's side lift-up 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 LIGHTA 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, CABThere 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

Page 90: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/No

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, BODYThere 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 LIGHTINGA 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 LIGHTSTwo (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 SWITCHSwitching shall be provided for the hose bed lights and shall be installed on the cab instrument panel.

325. HANDLIGHTS

Page 90 of 118

Page 91: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThere shall be four (4) lights MagLite model RX1019 or equivalent, hand-lights 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 LIGHTThere 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 SYSTEMOne (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 CONTROLThe 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 SIRENA 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 SPEAKERThere 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

Page 91 of 118

Page 92: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoA Federal Q2B siren shall be installed by contractor. A siren brake button shall 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 LIGHTSA 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 FLASHERThe 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 LIGHTOne (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 LIGHTINGSix (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

Page 92 of 118

Page 93: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoLED/red lens each side.

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 CHARGERA 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

Page 93 of 118

Page 94: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nothe shoreline connection.

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 PANELA 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 GUARDThe 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 ROOFThe 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)

Page 94 of 118

Page 95: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoA remote on/off actuation switch, with a 12VDC, green indicator light, shall be 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 BOXJunction 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 BOXA 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 RECEPTACLEWired 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 SHORELINEOne (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.

Page 95 of 118

Page 96: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoThe unit is completely sealed to prevent road dirt contamination.

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 EQUIPMENTThe 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. SCUFFPLATESTwo (2) stainless steel scuffplates shall be provided in loose equipment. The scuffplates shall be 6.00 wide x 8.00 long.

352. PAINTThe 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

Page 96 of 118

Page 97: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nosmooth finish.

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 IMPACTContractor 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.

Page 97 of 118

Page 98: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/NoAdditionally, the finished apparatus shall not be manufactured with or contain 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 ASSEMBLYThe 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 INTERIORInterior of compartmentation shall be painted with gray spatter type paint.

356. REFLECTIVE BANDA 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 STEPSA 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 DOORA 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 DOORSA 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 CABThere shall be one (1) gold leaf stripe on each side of the cab, along the bottom edge of the cab doors.

362. CAB STRIPEThere shall be one (1) gold leaf stripe located just below the window line on each side of the cab front.

363. BODY STRIPEThere 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

Page 98 of 118

Page 99: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

# Requirements List Complies?Yes/No

Exceptions, Clarifications, Amendments

Yes/Nooutline with an accent stripe.

364. STRIPINGThe 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 FLASHLIGHTSThere shall be four (4) Pelican Products model 3750DWT, Big Ed, rechargeable light systems with 12VDC adapters provided and installed as directed at pre-construction. EXCEPTIONS TO SPECIFICATIONSAny 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

Page 100: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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

Page 101: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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

Page 101 of 118

Page 102: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

minimum post-consumer recycled content guidelines for pallets that can be found 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 IIAlameda County, GSA-Purchasing

Page 102 of 118

Page 103: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: 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 Date/LocationRequest Issued April 13, 2009Written Questions Due

BY 12:00 Noon on April 27, 2009

Networking/Bidders Conference #1

APRIL 28, 2009 AT 10:00 A.M.

AT : General Services AgencyRoom 1105, 11th Floor1401 Lakeside DriveOakland, CA 94612

Networking/Bidders Conference #2

APRIL 29, 2009 AT 2:00 P.M. AT : Social Services AgencyCalifornia Poppy Room 225 2nd

Floor24100 Amador Street Hayward, CA 94544

Addendum Issued May 8, 2009 Response Due MAY 22, 2009 BY 2:00 p.m.Evaluation Period May 25-27, 2009GSA Award Date May 29, 2009Contract Start Date 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

Page 104: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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 AgencyRoom 1105, 11th Floor1401 Lakeside DriveOakland, CA 94612

April 29, 2009 at 2:00 p.m.at

Social Services AgencyCalifornia 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.

Additional Information: Please allow enough time for parking at metered street parking or public parking lot and entry into secure building.

L. 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

Page 105: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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.

1. Bids are to be addressed and delivered as follows:

Fire Apparatus-Pumper Truck RFQ No. 900563Alameda County, GSA-Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612

2. 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.

3. Bidder's name and return address must also appear on the mailing package.

4. No telegraphic, email (electronic) or facsimile bids will be considered.

5. Bidder agrees and acknowledges all RFQ specifications, terms and conditions and indicates ability to perform by submission of its bid.

6. Submitted bids shall be valid for a minimum period of 120 days.

7. All costs required for the preparation and submission of a bid shall be borne by Bidder.

8. 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

Page 106: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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.

9. 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.).

10. 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.

11. 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.

M. 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.

N. 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

Page 107: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

The names of all other bidders; and, In summary form: bid number and bid amounts for all bidders.

2. 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.

O. 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

Page 108: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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.

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 Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612, Fax: (510) 272-6502. All appeals to the Auditor-Controller’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.

IV. 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

Page 109: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

Q. BRAND NAMES AND APPROVED EQUIVALENTS

1. 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.

R. 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

Page 110: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

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.

T. 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

Page 111: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

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.

U. 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.

V. 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

Page 112: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor Fire Apparatus-Pumper Trucks

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.

W. 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

Page 113: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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

Page 114: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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

Page 115: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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 [email protected].

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 pre-existing 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

Page 116: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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 [email protected].

4. 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.

Y. 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 web-based 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 web-based 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

Page 117: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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) 272-6502 or via E-mail at [email protected] 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

Page 118: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Specifications, Terms & Conditionsfor 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

Page 119: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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/ZipWhat advertising source(s) made you aware of this RFQ?

By:_______________ ________________________________________________ Date____________ Phone_____________________

Printed Name Signed Above:_______________________________________________________________________________________

Title:__________________________________________________________________________________________________________

Page 120: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT B

COUNTY OF ALAMEDARFQ No. 900563

forFIRE 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.

Year 1 Year 2 Year 3

DescriptionUnit of

Measure

Estimated Annual

Quantity Unit Cost Unit Cost Unit Cost

Fire Apparatus-Pumper Truck

Each 1

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 BPage 1 of 1

Page 121: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT CCOUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

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 LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL)Bodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D 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 Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Page 122: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT D

COUNTY OF ALAMEDARFQ No. 900563

forFire Apparatus-Pumper Truck

REFERENCESThe 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 DPage 1 of 2

Page 123: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

3 Easy Steps

Exhibit ESmall, Local And Emerging Business (SLEB) Program Certification Instructions

RFQ No. 900563For

Fire Apparatus-Pumper Truck

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 DefinitionsLocal 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 AgencyOffice of Contract Compliance

1221 Oak Street, Room 249Oakland, 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: [email protected]

Exhibit E, Page 1 of 4 (Revision 3-03-09)

Page 124: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT ESmall Local Emerging Business (SLEB) Program New Certification Application

RFQ No. 900563For

Fire Apparatus-Pumper TruckE a s t B a y I n t e r a g e n c y A l l i a n c e ( E B I A )

C O M M O N A P P L I C A T I O N f o rL O C A L C E R T I F I C A T I O N

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 InformationLegal Name of Entity Contact Person (Name & Title)

Street Address of Entity (No P.O. Box)

City State Zip Code County

Telephone( )

Fax #( )

Cell#( )

Email Address Web Site

2) Company ProfilePrimary Service undertaken/offered: Specialty Service undertaken/offered:

Date Entity was established (mm/dd/yr) Does the entity have one or more additional offices outside the city of Oakland, CA? Y NIf yes, list other location(s)

Date Oakland office was established (mm/dd/yr)

Method of Acquisition New Merger or consolidation

Purchased existing Inherited

Secured concession Other (explain)

Federal ID Number:

Has this entity operated under a different name during the past five years?

Type of Firm Sole Proprietorship Joint Venture Partnership Corporation Limited Liability Partnership Limited Liability Corporation Publicly traded entity Non-Profit or Church Other ____________________

Ethnicity Group of owners(s) that own greater than 50% of the business. (for tracking purposes only) African American Asian Asian Pacific /Hawaiian Asian Indian Caucasian Filipino

Hispanic Native American Multi ethnic ownership Multi ethnic minority ownership Other ______________

Gender (for tracking purposes only) Male Female

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)

Year Ended________ Year Ended________ Year Ended________

Total Receipts $_____________________Total Receipts $_____________________Total Receipts $_____________________

Exhibit E, Page 2 of 4 (Revision 3-03-09)

Page 125: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

2) Company Profile: (Continue) Number of Employees at the local officePermanent Full time ____

Permanent Part time ____

Temporary Full Time ____Temporary Part Time ____

Seasonal Full Time ____Seasonal 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

DateCity / County Business Tax CertificateInternal 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 Description of Work

6) Additional Information: Are you a Trucking Firm? Yes No Are you a Truck Broker? Yes No Both? Yes NoA supplier? 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: ____________________________________________________________ Date:_______________

Printed Name: ___________________________________________________________

EXHIBIT E

1 North American Industry Classification System – www.naics.com Exhibit E, Page 3 of 4 (Revision 3-03-09)

Page 126: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Small Local Emerging Business (SLEB) Program Re-Certification ApplicationRFQ No. 900563

ForFire 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 OwnershipAre 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%) Hispanic or Latino (greater than 50%) American Indian or Alaskan Native (greater than 50%) Native Hawaiian/Pacific Islander (greater than 50%) Asian (greater than 50%) Multi-ethnic minority ownership (greater than 50%) Caucasian or White (greater than 50%) Multi-ethnic ownership (50% Minority–50% Non-Minority) Filipino (greater than 50%)

Gender Female (greater than 50% Ownership) 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)

Page 127: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT FSMALL LOCAL EMERGING BUSINESS (SLEB) PARTNERING INFORMATION SHEET

COUNTY OF ALAMEDARFP No. 900563

forFire 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 SubcontractorBusiness 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: _________________________________________________ Date:________________

Bidder Signature: _________________________________________________ Date:_______________

Page 128: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT G

COUNTY OF ALAMEDARFP No. 900563

forFire Apparatus-Pumper Truck

REQUEST FOR PREFERENCEfor

LOCAL BUSINESSand

SMALL AND LOCAL OR EMERGING AND LOCAL BUSINESSIF 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:

Page 129: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT H

COUNTY OF ALAMEDARFP No. 900563

forFire Apparatus-Pumper Truck

ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENTVENDOR 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 TrustCheck 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 Local Vendor (Holds business license within Alameda County)SML Small Business (as defined by Small Business Administration)I American Indian or Alaskan Native (>50%)A Asian (>50%)B Black or African American (>50%)F Filipino (>50%)H Hispanic or Latino (>50%)N Native Hawaiian or other Pacific Islander (>50%)W 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: _______________________

Page 130: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT H

COUNTY OF ALAMEDARFP No. 900563

forFire Apparatus-Pumper Truck

ALAMEDA COUNTY VENDOR FIRST SOURCE AGREEMENTVENDOR 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 pre-screened 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:_______________________________________________________________________

________________________________________________________________________

Page 131: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT I

COUNTY OF ALAMEDARFQ No. 900563

forFire 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:DescriptionPage No. Paragraph

No.

_________________________________ _____________________________ ____________ Bidder Name Bidder Signature Date

Page 132: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

COUNTY OF ALAMEDASTANDARD 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 Definition of ServicesExhibit B Payment TermsExhibit C Insurance RequirementsExhibit D 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

Page 133: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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

Page 134: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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

Page 135: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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

Page 136: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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 further, neither

Page 5 of 16

Page 137: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

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. 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.

7. 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

Page 138: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

b. By signing this agreement, Contractor certifies to the best of its knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded by any federal department or agency;

(2) 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

Page 139: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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 Sub-Contractors.

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

Page 140: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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

Page 141: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

15. 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 women-owned 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.

16. 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 at a County

Page 10 of 16

Page 142: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

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

Page 143: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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

Page 144: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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 [email protected] 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 Agreement

Page 13 of 16

Page 145: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

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.

31. SURVIVAL: The obligations of this Agreement, which by their nature would continue beyond the termination on expiration of the Agreement, including

Page 14 of 16

Page 146: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

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.

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

Page 15 of 16

Page 147: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contract No. ______________________

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

Page 148: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT K

COUNTY OF ALAMEDARFQ No. 900563

forFire 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: _____________________________________________________________________

Page 149: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

RFQ No. 900563

EXHIBIT LRFQ 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 [email protected]

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 TruckBusiness Name Contact Phone Address City Zip EmailValley Fire Sales & Services Yuki Vela 916-374-2912 425 S. Hacienda Blvd City of Industry CA [email protected] Emergency Vehicle Ser Inc. Dan Marchione 209-847-3042 444 West Greger St. Oakdale CA [email protected]

Peterbuilt of Nor-Cal Jim Matthews 800-339-7911 7911 Redwood Drive Cotati [email protected]

Fire Truck Headquarters Jim Phipps (510) 569-9909 10012 Denny Street Oakland CA [email protected] State Fire Apparatus Inc. Ryan Wright (209) 522-0422 1237 Doker Drive Modesto CA [email protected] Fire Apparatus Brandon Gomez (909)-937-3326 5400 E Jurupa Street Ontario CA [email protected] & Sons Emergency Vehicles Mike Shea 408-866-8323 1550 Winchester Blvd. Campbell CA [email protected] Enterprises, LLC Kenneth Brown (775) 265-4711 P.O. Box 2336 Gardnerville NV [email protected]

Page 150: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT M

RFQ No. 900563For

Fire Apparatus-Pumper Truck

RESPONSE CONTENT AND SUBMITTALSCOMPLETENESS 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

Exhibit MPage 1 of 5

Page 151: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

RFQ response, with authorization to make representations on behalf of and to bind Bidder;

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

Exhibit MPage 2 of 5

Page 152: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

clarifications to the Requirements List. Attach separate sheets describing any and all exceptions and clarifications itemized by their number in the Requirements List.

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:

Copy of ISO Certificate Copy of automotive manufacturers license Copy of automotive dealership license Copy of automotive sales license

M. 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

Exhibit MPage 3 of 5

Page 153: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

Contact person (name and title), contact person is to be someone directly involved with the services

Complete street address Telephone number AND E-Mail address Type of business Dates of service

3) 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.

N. 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 MPage 4 of 5

Page 154: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

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 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 MPage 5 of 5

Page 155: Document Viewer - ACGOV.org | Alameda County · Web viewIndicator lights shall be installed on the instrument panel to show the air horn/electric horn selector switch location. RADIO

EXHIBIT N

COUNTY OF ALAMEDARFQ No. 900563

forFire Apparatus-Pumper Truck

DEBARMENT AND SUSPENSION CERTIFICATIONFor 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