BID #13-063B MATANUSKA-SUSITNA BOROUGH PURCHASING DIVISION PALMER, ALASKA BIDDING AND CONTRACT DOCUMENTS FOR Purchase Multi-Purpose Response Engine for Central Mat-Su Fire Department OPENING DATE & TIME: January 9, 2013 @ 4:30 PM
TABLE OF CONTENTS SECTION I ADVERTISEMENT SECTION II INSTRUCTIONS TO BIDDERS SECTION III SPECIFICATIONS/SCOPE OF WORK SECTION IV BID FORM SECTION V TERMS AND CONDITIONS
SECTION I ADVERTISEMENT
MATANUSKA-SUSITNA BOROUGH 350 East Dahlia Ave. Palmer, Alaska 99645 ADVERTISEMENT VENDOR ACCOUNT # DATE FOR ADVERTISEMENT Frontiersman CONTRACT November 11, 2012 Anchorage Daily News MATA 0070 November 11, 2012 ( X ) Classified ( ) Public Information TYPE OF AD: ( ) Display The material herein must be printed in its entirety on the dates shown above. Affidavit of publication is required prior to payment.
SECTION II INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDER 01. EXAMINATION OF BIDDING DOCUMENTS AND SITE The Bidder shall examine carefully, the Bidding Documents before submitting a Bid. The submission of a Bid shall be an admission that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements and accuracy of the Bidding Documents.
the space provided for any item where no quotation is made. If erasures or other changes appear on the forms, the person signing the Bid must initial each such erasure or change. Bids shall specify a unit or lump sum price, typed or written in ink in figures, for each bid item called for. In case of error in the extension of prices, the unit price will govern.
08. BIDDER QUALIFICATIONS Before the Bid is considered for award, the Purchasing Officer reserves the right to determine whether or not a Bidder is responsible and to require the Bidder to complete a Bidder Qualification Form and/or a current financial statement prepared by a Certified Public Accountant.
the Borough or its representatives, constitutes an acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to perform on the resultant purchase order. When vendors and/or contractors propose equal pricing (or tie bids), bids will be reviewed by the Purchasing Officer to determine responsiveness.
alleged errors in the award recommendation. The purchasing officer shall conduct a review and, within three working days of receipt of the protest, issue a determination. Full text of the protest and appeal procedures, as well as the protest form, can be downloaded from the Borough’s web site at www.matsugov.us, resting on “Quick Access”, then selecting “Forms”, then selecting “Purchasing”. A copy can also be obtained by contacting the purchasing division at (907) 745-9601.
22. DESCRIPTIVE LITERATURE A. “Descriptive literature” means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a bid.
SECTION III SPECIFICATIONS/SCOPE OF WORK
Bid #13-063B SPECIFICATIONS FOR A MULTI PURPOSE RESPONSE VEHICLE INTENT OF SPECIFICATIONS It shall be the intent of these specifications to cover the furnishing and delivery of a complete fire apparatus. These detailed specifications cover the requirements as to the type of construction and test to which the apparatus shall conform, together with certain details as to finish, equipment and appliances with which the successful bidder shall conform.
SINGLE SOURCE MANUFACTURER Bidder Complies: Yes ( ) No ( ) 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 weldment, cab, pumphouse (including the sheetmetal enclosure, valve controls, piping and operator’s panel) and body being designed, fabricated and assembled on the bidder's premises.
documents shall be made available if requested. Actual like product testing must have been done. Calculations shall not be acceptable. LIABILITY Bidder Complies: Yes ( ) No ( ) The successful bidder shall defend any and all suits and assume all liability for the use of any patented process including any device or article forming a part of the apparatus or any appliance furnished under the contract.
Aggregate: $25,000,000 Each Occurrence: $25,000,000 The umbrella policy shall be written on an occurrence basis and at a minimum provide excess to the Bidder's General Liability, Automobile Liability and Employer's Liability policies. The required limits can be provided by one (1) or more policies provided all other insurance requirements are met. Coverage shall be provided by a carrier(s) rated A- or better by A.M. Bests. All policies shall provide a 30 day notice of cancellation to the named insured.
manufacturer's certified brake horsepower curve; and the manufacturer's record of pump construction details shall be forwarded to the Fire Department. GENERATOR TEST Bidder Complies: Yes ( ) No ( ) If the unit has a generator, the generator shall be tested, approved, and certified by Underwriters Laboratories at the manufacturer's expense. The test results shall be provided to the Fire Department at the time of delivery.
- Authorized dealer only - ability to access truck detail information on the major components of the vehicle, warranty information, available vehicle photographs, vehicle drawings, sales options, applicable vehicle software downloads, etc. - Authorized dealer and customer - parts look-up capability, with the aid of digital photographs, part drawings, and assembly drawings. - Authorized dealer only - ability to electronically submit warranty claims directly to the factory for reimbursement.
illustration drawing of a standard panel layout. This drawing shall include all of the gauges and controls located on the pump operator's panel. ELECTRICAL WIRING DIAGRAMS Bidder Complies: Yes ( ) No ( ) Three (3) compact discs containing "As-Built" electrical wiring diagrams specifically prepared for the chassis and body shall be provided. The diagrams shall consist of information pertaining to the 12 VDC systems only. Two (2) CDs shall be shipped with the loose equipment with each truck.
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.
The tires shall be mounted on 22.50" x 12.25" steel disc-type wheels with a ten (10)-stud, 11.25" bolt circle. TURNING RADIUS REPORT Bidder Complies: Yes ( ) No ( ) Supplied with the bid shall be a turning radius analysis of the vehicle being proposed. This analysis shall provide the inside turning radius, the outside turning radius, the curb to curb turning radius, and the wall to wall turning radius.
MUD FLAPS Bidder Complies: Yes ( ) No ( ) Mud flaps shall be installed behind the front and rear wheels of the apparatus. REAR WHEEL COVERS Bidder Complies: Yes ( ) No ( ) A pair of stainless steel shallow depth wheel covers shall be furnished on the rear wheels including full hub covers. The wheels shall be painted black to better accent the wheel covers. WHEEL COVERS (front) Bidder Complies: Yes ( ) No ( ) Stainless steel wheel covers shall be furnished on the front wheels.
BRAKE SYSTEM The brake system shall include: Bidder Complies: Yes ( ) No ( ) - Bendix dual brake treadle valve with vinyl covered foot surface - Heated automatic moisture ejector on air dryer - Total air system capacity of 5,198 cubic inches - Two (2) air pressure gauges with a red warning light and an audible alarm, that activates when air pressure falls below 60 psi - Spring set parking brake system - Parking brake operated by a push-pull style control valve - A parking "brake on" indicator light on ins
Fuel: Diesel Cylinders: Six (6) Displacement: Starter: 543 cubic inches (8.9L) Delco 39MT Fuel Filters: Spin-on style primary filter with water separator & water-in-fuel sensor. Secondary spin-on style filter. Coolant Filter: Spin-on style with shut off valves on the supply and return line. The engine shall include On-board diagnostics (OBD), which provides self diagnostic and reporting.
ENGINE HEATER Bidder Complies: Yes ( ) No ( ) A 1,000 watt, 120 volt, immersion type engine heater shall be installed with the AC power inlet located to the rear of the driver's door. ENGINE AIR INTAKE Bidder Complies: Yes ( ) No ( ) An air intake with an ember separator (to prevent road dirt, burning embers, and recirculating hot air from entering the engine) shall be mounted at the front of the apparatus, on the passenger side of the engine.
FUEL TANK Bidder Complies: Yes ( ) No ( ) A 65-gallon fuel tank shall be provided and mounted at the rear of the chassis. The tank shall be constructed of 12-gauge, hot rolled steel. It shall be equipped with swash partitions and a vent. To eliminate the effects of corrosion, the fuel tank shall be mounted with stainless steel straps. (no exception). A .75" drain plug shall be provided in a low point of the tank for drainage.
TRANSMISSION COOLER Bidder Complies: Yes ( ) No ( ) A Champ shell and tube transmission oil cooler shall be provided using engine coolant to control the transmission oil temperature. The cooler shall have an aluminum shell and copper tubes. The cooler shall be assembled using pressed in rubber tube sheets to mechanically create a reliable seal between the coolant and the oil. DOWNSHIFT MODE (w/engine brake) Bidder Complies: Yes ( ) No ( ) The transmission shall be provided with an aggressive downshift mode.
GRAVEL PAN Bidder Complies: Yes ( ) No ( ) A gravel pan, constructed of bright aluminum treadplate, shall be furnished between the bumper and the cab face. The pan shall be properly supported from the underside to prevent flexing and vibration. Documentation shall be provided, upon request, to show that the options selected have been engineered for fit-up and approval for this modular bumper extension.
FRONT BUMPER NOTCH Bidder Complies: Yes ( ) No ( ) The front bumper shall be notched for recessing of the Q2B siren. The notch shall be designed so that the bumper is one continuous piece. The notch shall be welded in place for strength with a continuous top and bottom flange. All welds shall be metal finished for appearance. The siren shall be located driver's side of the bumper. HOSE TRAY (left side) Bidder Complies: Yes ( ) No ( ) A hose tray shall be placed in the right side of the extended bumper.
INTERIOR CAB INSULATION Bidder Complies: Yes ( ) No ( ) The cab walls, ceiling and engine tunnel shall be insulated in all strategic locations to maximize acoustic absorption and thermal insulation. The cab shall be insulated with 2.00" insulation in the rear wall, 3.00" insulation in the side walls, and 1.50" insulation in the ceiling. ENGINE TUNNEL Bidder Complies: Yes ( ) No ( ) To provide structural strength, the engine tunnel sidewalls shall be constructed of .
CAB LIFT Bidder Complies: Yes ( ) No ( ) A hydraulic cab lift system shall be provided, consisting of an electric-powered hydraulic pump, fluid reservoir, dual lift cylinders, remote cab lift controls and all necessary hoses and valves. The cab lift controls shall be located at the driver side front of the cab, easily accessible under the full width front access hood. The controls shall include a permanently mounted raise/lower switch.
The mirror housing, tubing, clamps and hardware shall be constructed of corrosion resistant stainless steel. A 4.00" riser shall be provided between the mirror body and support arm on passenger side only. DOORS Bidder Complies: Yes ( ) No ( ) The forward cab and crew cab doors shall be the half-height style door. To enhance entry and egress to the cab, the forward cab doors shall be a minimum of 43.59" wide x 64.71" high. The crew cab doors shall measure a minimum of 37.87" wide x 64.71" high.
DUAL STEPS Bidder Complies: Yes ( ) No ( ) A dual step shall be provided below each cab and crew cab door. The steps shall be designed with a grip pattern punched into bright aluminum treadplate material providing support, slip resistance, and drainage. The steps shall be a bolt-on design and provide a 24.00" wide x 7.00" deep stepping surface. The step design raises the middle step higher and closer to the cab floor, resulting in a 12.00" distance from the step to cab floor in the cab and a 13.
modules, a three (3) piece, 4mm thick polyethylene roto-molded overhead console shall also be provided. To complete the cab front interior design, painted aluminum modesty panels shall be provided under the dash on both sides of the cab. The driver side modesty panel shall provide mounting for the battery switch and diagnostic connectors, while the passenger side modesty panel provides a glove box, and ground access to the main electrical distribution panel via quick quarter turn fasteners.
ten (10) hours, and a two (2) ounce per square inch layer of frost/ice has been able to build up on the exterior windshield. The defroster system shall meet or exceed SAE J382 minimum defrosting system performance requirements. CAB/CREW CAB HEATER Bidder Complies: Yes ( ) No ( ) Two (2) 36,702 BTU auxiliary heaters with 276 SCFM each unit of air flow shall be provided inside the crew cab, one (1) in each outboard rear-facing seat riser.
along the top edge of the divider to approximately 4.00" from the base of the forward edge of the divider. The map box shall be constructed of .125" aluminum and shall be designed using a slot and tab construction.
SIDE ROLL PROTECTION Bidder Complies: Yes ( ) No ( ) The SRS system shall provide protection during a fast or slow 90-degree roll to the side, in which the vehicle comes to rest on its side. The system shall analyze the vehicle's angle and rate of roll to determine the optimal activation of the advanced occupant restraints. The SRS system shall deploy the following components in the event of a side roll: Air curtains mounted in the outboard bolster of outboard seat backs.
Side air curtain shall be mounted integral to the outboard bolster of the seat back. The air curtain shall be covered by a decorative panel when in the stowed position. A suspension seat safety system shall be included. When activated this system shall pretension the seat belt and then retract the seat to its lowest travel position. The seat shall be furnished with a three (3)-point, shoulder type seat belt.
A seat safety system shall be included. When activated this system shall pretension the seat belt and firmly hold the occupant in the event of a side roll. The seat shall be furnished with a three (3)-point, shoulder type seat belt. To provide quick, easy use for occupants wearing bunker gear, the seat belt shall have a minimum 120.00" shoulder length and 55.00" lap length. The seat belt tongue shall be stored at waist position for quick application by the seat occupant.
SHELVING Bidder Complies: Yes ( ) No ( ) There shall be four (4) shelves provided in the EMS compartment. Each shelf shall be constructed of .090" aluminum with a 1.25" up-turned lip. Shelving shall be infinitely adjustable by means of a threaded tightener sliding in a track. The location shall be two in each EMS compartment. SEAT UPHOLSTERY Bidder Complies: Yes ( ) No ( ) All seat upholstery shall be gray woven with black Imperial 1200 material.
There shall be one (1) audible alarm override switch provided, one (1) on the driver's side cab instrument panel which shall deactivate the audible alarm when an occupant un-weights the seat when the parking brake is released. And alarm shall chirp at one minute intervals as long as the condition is present. Activation of the parking brake shall reset the override switches. NFPA 1901, 2009 edition, section 14.1.3.10 requires a seat belt warning device.
Voltmeter gauge (Volts) Low volts (11.8 VDC) Amber indicator on gauge assembly with alarm High volts (15 VDC) Amber indicator on gauge assembly with alarm Very low volts (11.
Amber indicator on gauge assembly with alarm All gauges and gauge indicators shall perform prove out at initial power-up to ensure proper performance. INDICATOR LAMPS Bidder Complies: Yes ( ) No ( ) To promote safety, the following telltale indicator lamps shall be integral to the gauge assembly and are located above and below the center gauges. The indicator lamps shall be "dead-front" design that is only visible when active. The colored indicator lights shall have descriptive text or symbols.
- High beam ALARMS Bidder Complies: Yes ( ) No ( ) Audible steady tone warning alarm: A steady audible tone alarm shall be provided whenever a warning message is present. Audible pulsing tone caution alarm: A pulsing audible tone alarm (chime/chirp) shall be provided whenever a caution message is present without a warning message being present. Alarm silence: Any active audible alarm shall be able to be silenced by holding the ignition switch at the top position for three (3) to five (5) seconds.
Engine start switch: A two (2)-position momentary rocker switch shall be provided. The first switch position is the default switch position. The second switch position shall activate the vehicle's engine. The switch actuator is designed to prevent accidental activation. 4-way hazard switch: A two (2)-position maintained rocker switch shall be provided. The first switch position shall deactivate the 4-way hazard switch function. The second switch position shall activate the 4-way hazard function.
into three (3) sections. Each section shall have a dedicated function. The upper left section shall display the outside ambient temperature. The upper right section shall display, along with other configuration specific information: - Odometer - Trip mileage - PTO hours - Fuel consumption - Engine hours The bottom section shall display INFO, CAUTION, and WARNING messages. Text messages shall automatically activate to describe the cause of an audible caution or warning alarm.
Lt Tower Not Stowed (Light Tower Not Stowed) Hatch Door Open Fold Tank Not Stowed (Fold-A-Tank Not Stowed) Aerial Not Stowed (Aerial Device Not Stowed) Stabilizer Not Stowed Steps Not Stowed Handrail Not Stowed Any other device that is opened, extended, or deployed that creates a hazard or is likely to cause major damage to the apparatus if the apparatus is moved shall be displayed as a caution message after the parking brake is disengaged.
The above wires shall have the following features: The positive wire shall be connected directly to the battery power. The negative wire shall be connected to ground. Wires shall be protected to 20 amps at 12 volts DC. Power and ground shall terminate below the crewcab seat box. Termination shall be with six (6) position terminal strip. Wires shall be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set.
A video button shall allow a NTSC signal into the information center to be displayed on the LCD. By 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.
- Passenger's Side Crew Cab Door - Driver Side Body Doors - Passenger's Side Body Doors - Rear Body Door(s) - Ladder Rack (if applicable) - Deck Gun (if applicable) - Light Tower (if applicable) - Hatch Door (if applicable) - Stabilizers (if applicable) - Steps (if applicable) - Any other device that is opened, extended, or deployed that creates a hazard or is likely to cause damage to the apparatus if the apparatus is moved, shall cause an "Alert Center" message if the parking brake is disengaged.
- Brightness: Increase and decrease - Default setting button Configure Video Mode: - Set Video Contrast - Set Video Color - Set Video Tint Set Startup Screen: - Choose the screen that shall be active at vehicle power-up Set Date & Time: - 12 or 24 hour format - Set time - Set date View Active Alarms: - Shows a list of all active alarms - Date and time of the occurrence is shown with each alarm - Silence alarms - All alarms are silenced System Diagnostics: - Module type and ID number - Module version - Modul
download the information from the VDR. A USB cable can be used to connect the VDR to a laptop to retrieve required information.
Hinged/flex microphone boom rotates 280 degrees for left or right dress Volume control One ear cup slotted (No NRR) Each David Clark, Model U9910-BSW, belt station shall feature: Marine grade, water-tight, impact resistant enclosure with rubberized skin Hands free, full duplex, voice activation Voice prompts to ensure wireless link status Water-tight battery compartment UNDER THE HELMET HEADSET Bidder Complies: Yes ( ) No ( ) There shall be five (5) under the helmet headset(s) provided officer and four in c
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 easily accessible. Distribution centers located throughout the vehicle shall contain battery powered studs for supplying customer installed equipment thus providing a lower cost of ownership.
IP67 rated enclosure (Totally protected against dust and also protected against the effect of temporary immersion between 15 centimeters and one (1) meter) Operating voltage from eight (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.
12-volt 60-amp ignition switched power 12-volt 60-amp direct battery power There shall also be a 12-volt 100-amp ground stud located in or adjacent to the power distribution center. ENHANCED SOFTWARE Bidder Complies: Yes ( ) No ( ) The solid-state control system shall include the following software enhancements: All perimeter lights and scene lights (where applicable) shall be deactivated when the parking brake is released.
SAE J2030 - Heavy-duty electrical connector performance standard SAE J2223 - Connections for on board vehicle electrical wiring harnesses NEC - National Electrical Code SAE J561 - Electrical terminals - Eyelet and spade type SAE J928 - Electrical terminals - Pin and receptacle type A For increased reliability and harness integrity, harnesses shall be routed throughout the cab and chassis in a manner which allows the harnessing to be laid into its mounting location.
BATTERY CABLE INSTALLATION Bidder Complies: Yes ( ) No ( ) All 12-volt battery cables and battery cable harnessing installed by the apparatus manufacturer shall conform to the following requirements: SAE J1127 - Battery Cable SAE J561 - Electrical terminals, eyelets and spade type SAE J562 - Nonmetallic loom SAE J836A - Automotive metallurgical joining SAE J1292 - Automotive truck, truck-tractor, trailer and motor coach wiring NFPA 1901 - Standard for automotive fire apparatus Battery cables and battery cab
The inside of each battery shall consist of a "maintenance free" grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. BATTERY SYSTEM A single starting system shall be provided. Bidder Complies: Yes ( ) No ( ) An ignition switch and starter button shall be located on the instrument panel.
A mating connector body shall also be supplied with the loose equipment. The shoreline receptacle shall be located on the driver side of cab, above wheel. SUB FEED CIRCUIT BREAKER BOX (shoreline) Bidder Complies: Yes ( ) No ( ) A Cutler Hammer sub feed box shall be supplied to protect the on board circuits when an auxiliary power source is used. The box shall be installed in the near breaker box. The sub feed box shall distribute power to specific circuits in the vehicle.
The information center indicates system voltage. The information center, where applicable, includes a "Load Manager" screen indicating the following: Load managed items list, with priority levels and item condition. Individual load managed item condition: ON = not shed SHED = shed SEQUENCER Bidder Complies: Yes ( ) No ( ) A sequencer shall be provided that automatically activates and deactivates vehicle loads in a preset sequence thereby protecting the alternator from power surges.
The three (3) identification lights located at the rear shall be installed per the following: Truck-Lite, Model 26250, LED As close as practical to the vertical centerline Centers spaced not less than six (6) inches or more than twelve (12) inches apart.
CAB PERIMETER SCENE LIGHTS Bidder Complies: Yes ( ) No ( ) There shall be four (4) Amdor LumaBar H2O white LED strip lights provided, one (1) for each cab door and crew cab door. Two (2) Amdor LumaBar H2O, Model AY-9500-020, 20.00" LED strip lights, one (1) for each cab door. Two (2) Amdor LumaBar H2O, Model AY-9500-012, 12.00" LED strip lights, one (1) for each crew cab door.
The light(s) selected above shall be controlled by the following: A switch at the driver's side switch panel These light(s) may be load managed when the parking brake is set 12 VOLT LIGHTING Bidder Complies: Yes ( ) No ( ) There shall be three (3) Whelen Model PCP2, 12 volt LED combination spotlight and floodlight(s) installed in semi-recessed housing(s) Model PBA203 located three driver's side, one side of light tower enclosure, two side of body one front and one rear.
Sump 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 flat bar 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.
Acorn nuts shall be installed on all bolts in the hose bed which have exposed threads. BACKBOARD STORAGE COMPARTMENT Bidder Complies: Yes ( ) No ( ) A storage compartment for backboard(s), shall be located on the passenger's side of the hose bed. The backboard(s) shall be stored horizontally in a stainless steel trough with a Velcro strap to contain the backboard. The trough shall be sized to hold two back boards mounted horizontally, with a divider between, board size 6' long x 18" wide x 2" high.
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 running board. TAILBOARD Bidder Complies: Yes ( ) No ( ) The tailboard shall be constructed of .125" bright aluminum treadplate and spaced .50" from the body, as well as supported by a structural steel assembly.
Circular fender liners shall be provided. For prevention of paint chips and ease of suspension maintenance the fender liners shall be formed from brush finished 304L stainless steel, be unpainted, and removable for suspension maintenance. (no exception). Compartment flooring shall be of the sweep out design with the floor 1.00" higher than the compartment door lip. Drip protection shall be provided above the doors by means of aluminum extrusion, or formed bright aluminum treadplate.
TESTING OF BODY DESIGN Bidder Complies: Yes ( ) No ( ) Body structural analysis shall be fully tested. Proven engineering and test techniques such as finite element analysis and strain gauging have been performed with special attention given to fatigue life and structural integrity of the 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.
COMPARTMENTATION, PASSENGER'S SIDE Bidder Complies: Yes ( ) No ( ) A full height, jump off compartment with a roll-up door ahead of the rear wheels shall be provided, as convenient large storage compartment for often used items for the crew. The interior dimensions of this compartment shall be 62.00" wide x 54.50" high x 25.88" deep. The area behind the roll up door spool shall be notched for exterior storage or larger capacity water tank tee.
To conserve space in the compartments, the spring roller assembly shall not exceed 3.00" in diameter. A garage style roll door shall not be acceptable. The header for the roll-up door assembly shall not exceed 4.00". A heavy-duty magnetic switch shall be used for control of open compartment door warning lights. COMPARTMENTATION, REAR Bidder Complies: Yes ( ) No ( ) A roll-up door compartment above the rear tailboard shall be provided. Interior dimensions of this compartment shall be approximately 36.
COMPARTMENT LIGHTING Bidder Complies: Yes ( ) No ( ) There shall be nine (9) compartments with Amdor LED compartment light strips. The strips shall be centered vertically along each side of the door framing. The compartments with these strip lights shall be located all body compartments and the roll up speedlay compartments. Any remaining compartments shall include 6.00" diameter Truck-Lite, Model: 79384, lights in each enclosed compartment. Each light shall have a number 1076 one filament, two wire bulb.
The location shall be One in R1 to be 4" short of the door. Three in D1 two high and one low. One in D3 upper behind the bulkhead. One in P1 as high as possible. PULL-OUT TRAY Bidder Complies: Yes ( ) No ( ) There shall be one (1) slide-out tray, with 2" sides, and a capacity of 500 pounds provided. Capacity rating shall be in the extended position. The tray shall be constructed of .19" aluminum.
PULL-OUT ADJUSTABLE HEIGHT TRAY Bidder Complies: Yes ( ) No ( ) There shall be one (1) slide-out tray with 2.00" sides and a capacity of 500 pounds provided. Capacity rating shall be in the extended position. Slides shall be equipped with ball bearings for ease of operation and years of dependable service. The tray shall be painted to match the compartment interior. Tray location shall be In P1 low. Automatic locks shall be provided for both the "in" and "out" positions.
It shall be a minimum of 0.188" thick with 0.203" 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 an undermount-roller bearing type slide rated at 250 lb with a factor of safety of 2. To ensure years of dependable service the slides shall be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117.
The compartment shall have the capacity to hold up to 215 pounds of equipment and be located on the passenger's side under the front body. The exterior dimensions of the compartment shall be approximately 8.00" high x 26.00" wide x 21.00" deep. AIR BAG/CRIB STORAGE ,215# Bidder Complies: Yes ( ) No ( ) A storage area shall be installed under the front body. Construction shall be of bright aluminum treadplate with an aluminum slide out drawer and a D handle.
PERMANENTLY MOUNTED SHELF Bidder Complies: Yes ( ) No ( ) A permanently mounted compartment shelf shall be provided. A total of two (2) shall be installed One in D3 even with the bottom of the ladder storage and one in forward portion of P3, 38" above the floor. MOUNTING TRACKS Bidder Complies: Yes ( ) No ( ) There shall be recessed tracks installed vertically to support the adjustable shelf(s).
- One (1) handrail shall be provided mounted install at the rear of the body, driver's side. AIR BOTTLE STORAGE INSERT Bidder Complies: Yes ( ) No ( ) A total of four (4) inserts shall be provided for the air bottle storage compartments. The inserts shall be "W" shaped and be formed from composite materials. AIR BOTTLE STORAGE (Double) Bidder Complies: Yes ( ) No ( ) A total of four (4) air bottle compartments shall be provided and two on the passenger's side and two driver's side.
One (1) compartment shall be provided, recessed in the upper, inside part of body compartment on the passenger's side for storage of long handle tools. The door shall be made of aluminum treadplate and have a lift and turn latch.
The pump shall include o-ring gaskets throughout the pump. Deep groove radial type oversize ball bearings shall be provided. The bearings shall be protected at the openings from road dirt and water with an oil seal and water slinger. The pump shall have a flat, patterned area on the top of the pump intake wye to allow standing for plumbing maintenance. The main inlet manifold shall be 6.00" in diameter and shall have a low profile design to facilitate low crosslays and high flows.
shall have a 500 lb-ft rating. Clutch shall be of a time-tested design used in critical military applications. (No exception). PUMPING MODE Bidder Complies: Yes ( ) No ( ) Pump shall provide for both pump and roll mode and stationary pumping mode. Stationary pumping mode shall be accomplished by stopping the vehicle, setting the parking brake and engaging the water pump switch on the cab switch panel. The transmission shall shift to "Neutral" range automatically when the parking brake is set.
Relief valve shall have a working range of 75 psig to 200 psig. Outlet shall terminate below the framerails with a 2.50" National Standard hose thread adapter and shall have a "do not cap" warning tag. Control shall be located behind an access door at the right (passenger's) side pump panel. PRESSURE CONTROLLER Bidder Complies: Yes ( ) No ( ) A pressure Governor shall be provided.
A complete interactive manual shall be provided with the pressure controller. PRIMING PUMP Bidder Complies: Yes ( ) No ( ) The priming pump shall be a Trident Emergency Products compressed air powered; high efficiency multistage venturi based AirPrime System, conforming to standards outlined in NFPA pamphlet #1901. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. One (1) priming control shall open the priming valve and start the pump primer.
The valve shall be capable of flowing 1950 GPM at 1 PSI pressure drop. Valve shall be electrically operated. An electric actuator, with valve position indicator lights, shall be provided at the pump operator's panel. INLET BUTTERFLY VALVE Bidder Complies: Yes ( ) No ( ) One (1) big flow valve shall be provided on the passenger's side main pump inlet. The 6.
The cap shall be the VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. (no exception) CONTROL, REAR INLET Bidder Complies: Yes ( ) No ( ) The rear suction shall be gated with an electric operated control at the pump operator's panel. The control shall be momentary to allow the valve to be gated for ease of operation. Indicator lights shall be provided to show if the valve is open or closed.
FRONT BUMPER TURRET DISCHARGE and OUTLET Bidder Complies: Yes ( ) No ( ) There will be a Task Force Tips Tornado front bumper turret, model Y2-E84A, piped to the passenger's side of the front bumper extension. The monitor will be equipped with a disconnect to allow the monitor to be easily removed to tilt the cab. NFPA Stacked tips, model FS-3STACK, and a model HMDCTO-ERP-1.5NH automatic nozzle will be provided.
The elbow will be the VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. (no exception) ELBOW, 4.00" OUTLET Bidder Complies: Yes ( ) No ( ) The 4.00" outlet shall be furnished with a 4.00"(F) National Standard hose thread x 5.00" Storz elbow adapter with Storz cap.
drainage and hose drying. Tray shall be held in place by a mechanical spring loaded stainless steel latch that automatically deploys upon loading the tray to hold the trays in place during transit. CROSSLAY/EQUIPMENT STORAGE ENCLOSURE FULL WIDTH Bidder Complies: Yes ( ) No ( ) The forward portion of the body containing the crosslays and transverse storage area shall be enclosed. The enclosure shall be provided on both sides of the body full width of the body compartmentation.
CROSSLAY TRAY SHELF Bidder Complies: Yes ( ) No ( ) The one (1) unpainted 3/16" 30.00" long shelf shall be provided for the crosslay tray. Shelf will have a 2.00" lip on the interior and sides of the shelf. The outside edge of the shelf shall not have a flange or lip. The shelf shall be secured with screws through the poly tray and 2.00" lip on the shelves. A web strap with footman loops shall be installed at the outside edge of the tray to secure the customers Blitzfire line.
proportion rate is accurate. One (1) check valve shall be installed in the plumbing to prevent foam from contaminating the water pump. Low Level, Foam Tank The control head shall display a warning message when the foam tank in use is below a quarter tank. Hydraulic Drive System The foam concentrate pump shall be powered by a hydraulic drive system, which is automatically activated, whenever the vehicle water pump is engaged. A system that drives the foam pump via an electric motor shall not be acceptable.
Discharges The foam system shall be plumbed to the lower rear crosslay, lower front crosslay, left side of front bumper, lower center crosslay, left rear outlet and front bumper turret. System Electrical Load The foam proportioning shall not impose an electrical load on the vehicle electrical system any greater than five (5) amps at 12VDC. Tank Selector An electric valve shall be used for the foam supply valve. The foam supply valve shall be controlled at the foam system control head for ease of operation.
hydraulic drive design shall be certified by manufacturer of the primary components as suitable for the intended use and duty cycle. All components of the air compressor and drive system shall be readily available on the domestic air compressor / hydraulic market (USA). The compressor shall be designed and assembled by the apparatus manufacturer, using standard components available to air compressor OEM's.
The air compressor shall be controlled by a modulating inlet valve mounted on the air compressors inlet port. A controller shall be provided that senses air pressure and controls the delivery volume of the air compressor while maintaining a constant pressure. The controller shall feature an automatic balancing system to maintain the air pressure within plus or minus 5% of the discharge pressure of the fire pump, throughout a pressure range of 60psi to 150psi.
- A walk around review of the system components on the finished truck - A hands-on foam system start-up and foam discharge session - Instructions on the use of the manual overrides - A demonstration explaining the proper way to shutdown and flush the foam system. FOAM TANK Bidder Complies: Yes ( ) No ( ) The foam tank shall be an integral portion of the polypropylene water tank. The cell shall have a capacity of 40 gallons of foam with the intended use of Class A foam.
The pump panels for the midship discharge and intake ports shall be located ahead of the body compartments with no side discharge or intake higher than the frame rail. The pump panels shall be easily removable with simple hand tools. A recessed cargo area shall be provided at the front of the body, ahead of the water tank above the plumbing.
RUBBER BOOT Bidder Complies: Yes ( ) No ( ) The front and rear of the pump and plumbing compartment shall be enclosed to contain the heat. The rear shall have openings for the plumbing only. A rubber boot shall be supplied around the plumbing, at the front, sides and rear of the pump compartment, the boot shall allow the plumbing to flex and keep cold air out.
MINI SLAVE UNIT Bidder Complies: Yes ( ) No ( ) An electric water level gauge shall be provided in the cab that registers water level by means of five (5) LEDs. They shall be at 1/4 level increments with a tank empty LED. The LEDs shall be a bright type that is readable in sunlight, and have a full 180-degree of clear viewing. The water level gauge in the cab shall be activated when the pump is in gear.
The electronic siren shall be controlled on the siren head only. No horn button or foot switches shall be required. SPEAKER Bidder Complies: Yes ( ) No ( ) There shall be one (1) speaker provided. Each speaker shall be a Whelen model SA315P black nylon composite, 100-watt, with through bumper mounting brackets. Each speaker shall be connected to the siren amplifier. The speaker(s) shall be recessed in the front bumper on the passenger's side.
The driver's side front inside warning light to be blue The passenger's side front inside warning light to be blue The passenger's side front outside warning light to be red All four (4) lights shall include a clear lens. All four (4) lights shall be controlled by a lighted switch in the cab on the switch panel. The inside lights may be load managed if colored or disabled if white, when the parking brake is set. FRONT WARNING LIGHT Bidder Complies: Yes ( ) No ( ) One (1) Whelen 4500 series FFX4520, 20.
REAR ZONE LOWER LIGHTING Bidder Complies: Yes ( ) No ( ) Two (2) Whelen, Model M6*C LED flashing warning lights with bezels shall be located at the rear of the apparatus. The driver's side rear light to be red The passenger's side rear light to be blue Both lights shall include a lens that is clear. Both lights shall be controlled by a lighted switch on the switch panel.
Grounding shall be in accordance with Section 250-6 "Portable and Vehicle Mounted Generators" of the NEC. Ungrounded systems shall not be used. Only stranded or braided copper conductors shall be used for grounding and bonding. An equipment grounding means shall be provided in accordance with Section 250-91 (Grounding Conductor Material) of the NEC.
- Type SO or Type SEO cord with a WA suffix, rated at 600 volts at not less than 194 degrees Fahrenheit (90 degrees Celsius) Electrical cord or conduit shall not be attached to chassis suspension components, water or fuel lines, air or air brake lines, fire pump piping, hydraulic lines, exhaust system components, or low voltage wiring. In addition the wiring shall be run as follows.
Electrical polarity verification shall be made of all permanently wired equipment and receptacles to determine that connections have been properly made. Operational Test per Current NFPA 1901 Standard The apparatus manufacturer shall perform the following operation test and ensure that the power source and any devices that are attached to the line voltage electrical system are properly connected and in working order. The test shall be witnessed and the results certified by Underwriters Laboratories.
An electric/hydraulic valve shall supply hydraulic fluid to the clutch engagement unit provided on the chassis PTO drive. Generator Instruments and Controls To properly monitor the generator performance a meter panel shall be furnished and mounted next to the circuit breaker panel. The unit shall be a single phase, three (3)-wire, 120/240 volt series.
CIRCUIT BREAKER PANEL Bidder Complies: Yes ( ) No ( ) The circuit breaker panel shall be located in the front wall of the driver’s side forward brass compartment. COMMAND LIGHT Bidder Complies: Yes ( ) No ( ) There shall be one (1) Command Light, Model CL602 light tower with six (6) Whelen Pioneer, Model PFP2AC powered LED flood lights provided on the apparatus top of the crewcab roof.
POWER OUTLET STRIP Bidder Complies: Yes ( ) No ( ) A six (6) place power outlet strip shall be provided location to be determined. The outlet strip shall contain 120 volt, 15 amp straight blade receptacles. The power outlet shall be wired to the shoreline input. One (1) receptacle shall be provided.
One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). One (1) first aid kit. Four (4) combination spanner wrenches mounted in bracket(s) fastened to the apparatus. Two (2) hydrant wrenches mounted in brackets fastened to the apparatus. Four (4) ladder belts meeting the requirements of NFPA 1983, Standard on Fire Service Life Safety Rope and System Components (if equipped with an aerial device).
WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2009 edition, section 5.8.3 requires one (1) 2.5 gallon or larger water extinguisher mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department shall provide and mount the extinguisher. AXE, FLATHEAD, PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2009 edition, Section 5.8.3 requires one (1) flathead axe mounted in a bracket fastened to the apparatus.
rollup door to the rear of the cab shall be painted Red even though it intrudes into the white two tone. Than the standard shield. PAINT - ENVIRONMENTAL IMPACT Bidder Complies: Yes ( ) No ( ) Contractor shall meet or exceed all current State (his) regulations concerning paint operations. Pollution control shall include measures to protect the atmosphere, water and soil. Controls shall include the following conditions: - Topcoats and primers must be chrome and lead free.
The colors shall be red and fluorescent yellow green diamond grade. Each stripe shall be 6.00" in width. This shall meet the requirements of NFPA 1901, 2009 edition, which states that 50% of the rear surface shall be covered with chevron striping. STRIPE, REFLECTIVE, "S" RIBBON Bidder Complies: Yes ( ) No ( ) "S" type ribbon(s) shall be added to the reflective stripe front body compartment.
EMBLEM Bidder Complies: Yes ( ) No ( ) The crew cab doors shall contain an Alaskan state flag and eagle emblem. The emblem shall be approximately 18.00" high. A quantity of two (2) shall be provided, one on each crew cab door. EMBLEM Bidder Complies: Yes ( ) No ( ) The cab doors shall contain a Central Mat-Su Fire Department emblem. The emblem shall be approximately 18.00" high. A quantity of two (2) shall be provided, one on each cab door.
- Electrical, DC - Air Systems - Plumbing - 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. MANUALS, CHASSIS OPERATION Two (2) chassis operation manuals shall be provided.
TEN (10) YEAR STRUCTURAL INTEGRITY Bidder Complies: Yes ( ) No ( ) The new cab shall be provided with a ten (10) year material and workmanship limited warranty. The warranty shall cover such portions of the cab built by the manufacturer as being free from structural failures caused by defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception).
from failures caused by defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TEN (10) YEAR PUMP PLUMBING WARRANTY Bidder Complies: Yes ( ) No ( ) The stainless steel plumbing components and ancillary brass fittings used in the construction of the water/foam plumbing system shall be warranted for a period of ten (10) years or 100,000 miles.
- Roof Crush The cab shall be subjected to a roof crush force of 22,050 lbs. This value meets the ECE 29 criteria and is equivalent to the front axle rating up to a maximum of 10 metric tons. - Additional Roof Crush The same cab shall be subjected to a roof crush force of 100,000 lbs. This value exceeds the ECE 29 criteria by nearly 4.5 times. - Side Impact The same cab shall be subjected to dynamic preload where a 13,275 lb moving barrier slams into the side of the cab at 5.
SEAT MOUNTING STRENGTH Bidder Complies: Yes ( ) No ( ) Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat mounting design shall be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The bidder shall certify that each seat mount and cab structure design was pull tested to the required force and met the appropriate criteria.
SECTION IV BID FORM
BID FORM SOLICITATION #13-063B Purchase Multi Purpose Response Engine Central Mat-Su Fire Department Provide all personnel, material, supplies, equipment, transportation and all other items as may be required to complete the services identified within the Scope of Work or specifications entitled Bid #13- 063B, Purchase Multi Purpose Response Engine for Central Mat-Su Fire Department.
SOLICITATION 13-063B Bid Form Continued Purchase Multi Purpose Response Engine Central Mat-Su Fire Department By signing below, the Bidder is hereby certifying to the following – 1. The Bidder has carefully examined the bid documents for solicitation number 13-063B, entitled Purchase Multi Purpose Response Engine Central Mat-Su Fire Department and agrees to perform all specified services for the sum(s) provided above. 2.
SECTION V TERMS AND CONDITIONS
CONTRACT TERMS AND CONDITIONS Section headings are for purposes of convenience only and are not intended to form a part of nor to be used for interpretation of the text hereof, nor are any provision listed in any particular order of precedence. By the acceptance of this Purchase Order and/or commencement of performance for Goods, Seller agrees that the following terms and conditions apply to this contract. 01. DEFINITIONS a) “Buyer” shall mean the Matanuska-Susitna Borough.
06. WARRANTY Seller warrants that the Goods supplied are merchantable, of highest quality, comply with specifications, drawings and data submitted to or by Buyer in connection with this Contract, are free from defects, whether patent or latent, in design, material and workmanship and are suitable for the particular use for which the items are purchased and are free and clear of all liens and encumbrances.
11. EXCESS MATERIAL Seller agrees to accept the return of any Goods that may become excess, as determined by Buyer, and payment due from Buyer shall be equitably reduced. 12. SUBSTITUTIONS No substitutions will be permitted without the express written consent of the Buyer. If Seller proposes any substitution, Seller guarantees that the substitution is equal in quality, capacity, durability, appearance, function, ease of maintenance, and ease of installation to the material originally specified. 13.
19. INDEMNITY The Seller shall indemnify, defend, and hold and save the Buyer, its elected and appointed officers, agents, and employees harmless from any and all claims, demands, suits, or liability of any nature, kind, or character, including costs, expenses, and attorney’s fees.
26. SEVERABILITY If any provision of the Supply and Purchase Contract or the application thereof to any person or circumstances is held invalid, the remainder of this contract and its application to other persons or circumstances shall not be affected thereby. 27.
the stop-work order. Buyer shall make an equitable adjustment in the delivery schedule and/or price if the stop-work order results in an increase in time or cost for performance. Seller must assert a claim for equitable adjustment within fifteen (15) days after the end of the work stoppage. 31.