FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Similar documents
FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

GALLATIN PUBLIC UTILITIES

City of Storm Lake Fire Department Heavy Rescue Specifications

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

1500 GPM Vision WASP W. S. Darley & Co

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

REQUEST FOR QUOTATIONS

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

Commercial Traditional Engine 1250 GPM Side Mount Pump Rating 1200 Gallon - Stainless Body

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

BID REQUEST FOR Four (4) SCHOOL BUSES

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

FLAT BED STAKE BODY TRUCK

HEAVY DUTY RESCUE. Model DFC VTH

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

Warranty - Standard Equipment & Specs

RAC EXPORT TRADING Germany Tel

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

NELSON COUNTY FISCAL COURT

REQUEST FOR QUOTATION

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

BANNOCK COUNTY SOLID WASTE

Department of Finance Purchasing Department INVITATION TO BID

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

ACCEPT ONLY THE BEST

TMS x 4 & 6 x 6

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

New 53ft Refuse Trailer Bidding Requirements

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET


By: 1 By:!/. Ja/JM) Silfl/ejmrjy

(ADDENDUM COVER SHEET)

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

Woodinville Fire & Rescue. Tractor-Drawn Aerial Fire Apparatus. Specifications

Request for Proposal. Articulated Loader

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

The Pierce difference.

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

REQUEST FOR BID For Trucks. Bid Notice

Albemarle County Virginia Brush Fire Truck Specification

CITY OF TACOMA Environmental Services Department - Solid Waste Management

CITY OF BARTLETT FINANCE DEPARTMENT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

Warranty - Standard Equipment & Specs

Type 3 Fire Engine Model 346

CITY OF CORALVILLE th Street, Coralville, IA

VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

PART A TENDER SUBMISSION

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TECHNICAL RESCUE TRAILER

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

SUBMITTED BY: NAME OF FIRM: STREET ADDRESS: CITY, STATE, ZIP: CONTACT PERSON: PHONE #: FAX #:

HEAVY / HAZMAT TRAILER

Invitation to Bid BOE. Ground Maintenance Equipment

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

Questions and Answers

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

ESCONDIDO FIRE DEPT TRAINING MANUAL Section DRIVER OPERATOR Page 1 of Sutphen Aerial Operations Revised

Transcription:

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: In the first column labeled Manufacturer s Base Vehicle Standard Equipment, check the applicable areas where the manufacturer s base vehicle standard equipment meets the minimum specifications of the base vehicle bid. Minimum Requirements: In all areas of this specification bidders must comply with the current publication of NFPA 1901 (2009 edition) and all chapters that are appropriate for a quint apparatus with a special emphasis on Chapters 1, 2, 3, 4, 8, 12, 13, 14, 15, 16, 18, 19, FMVSS (applicable areas) and NHTSA standards. When requested, bidders must submit complete detailed specifications for the apparatus being offered, as well as all options, to the end user. All bidders are to bid under the current NFPA 1901 standards, and all addendums that are currently in effect at the time of bidding. The bidder is to understand that the Florida Sheriffs Association does not guarantee any quantity of vehicles will be ordered off this contract. The bidder will further understand that this program operates under a split bid award system which allows the end user authority to purchase from any of the responsive bidders authorized and awarded to do business off this contract. The end user authority will contract directly and individually with the awarded bidder of their choice for any and all vehicles offered on this contract and any other features, options and equipment items required to meet their individual needs. Customers shall choose from options furnished to them by the manufacturer. Delivery of the vehicles shall be accomplished by factory or dealer drive away programs. However, the right is reserved for the individual end users to pick up the vehicles at either the factory or the dealership. Prospective bidder(s) are advised that the following documentation is to be included and made a part of the bid submission. The Bid Coordinator reserves the right to disqualify any bidder(s) who are in non-compliance with this provision. Bid Bond: A five percent (5%) Bid Bond issued by a bonding company licensed to conduct business in the state of Florida is required for base vehicle price and shall be provided as part of the bid package, bond must cover the highest priced submittal. Bid bond will be made out to the Florida Sheriffs Association as coordinator of this bid unless otherwise indicated or approved by FSA s Bid Coordinator. Performance Bond: The contractor is required to notify the customer of the availability of a one hundred percent performance bond at an additional cost to the customer. The company submitting the performance bond must have a minimum A rating as determined by A.M. Best Company. The cost of the performance bond will be based on the final price of the contract and must be provided to the customer in writing. Note: A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the end user authority upon award of this bid. 108

The manufacturer of this vehicle: Shall carry not less than fifteen million dollars ($15,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured, and shall submit a copy of this insurance with the bid proposal. Shall possess a Florida Motor Vehicle Department license as a Manufacturer of Motor Vehicles and shall provide a copy of the license with the bid proposal. Shall be or have a Florida Dealer Representative who shall possess a Florida Motor Vehicle Dealers license and shall provide a copy of the license with the bid proposal. Shall employ full-time parts personnel with toll-free access number. Shall employ a full-time electrical troubleshooter with toll-free access number. Shall employ a full-time warranty representative with toll-free access number. Bidder shall submit how warranty service claims will be handled in the State of Florida. 1. DOCUMENTATION, DELIVERY, TRAINING a. When requested by end user, bidders to accurately state wheelbase, cab to axle, overall length, bumper swing turn radius, curb-to-curb turning radius, overall height, overall width, GVWR, angle of approach, angle of departure and SCAAN certification for drivetrain compatibility in submitted specifications b. Approval drawings provided prior to construction commencement c. Two (2) sets of operator and service manuals d. Delivery to be F.O.B. customer s location e. Three (3) days of training by employee of manufacturer f. Pump test certification by independent third party, if applicable g. Water tank capacity certification, if applicable h. Aerial non-destructive, performance and stability testing by independent third party i. 12 volt and, if applicable, 110 volt testing by independent third party j. Vehicle weight, as measured by certified scales 2. CHASSIS a. 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner or integral torque box frame b. Tow hooks or eyes front and rear attached to the frame c. 18,000 pound minimum front axle, suspension, tubeless radial tires, steel disc wheels d. 27,000 pound minimum rear axle, suspension, tubeless radial tires, steel disc wheels 109

f. Front and rear mud flaps g. NFPA 1901 Chapter 4.15.3 top speed rating requirement h. S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters i. Manufacturer s standard compressor j. Minimum 5000 cubic inch air reservoir capacity k. Air dryer, color coded air lines, turn drain valves on reservoirs l. ABS brakes m. Power steering with tilt/telescopic wheel n. Vehicle data recorder (VDR) in compliance with Chapter 4.11 with required software meeting 4.11.8 o. Electronic Stability Control shall be provided in compliance with NFPA 1901 Chapter 4.13.1.2 if the manufacturer cannot comply with Chapters 4.13.1.1 through 4.13.1.1.3.2. p. Tire pressure monitoring system with Chapter 4.13.4 q. Aluminum Wheels 3. POWERTRAIN 4. CAB a. Minimum 470 horsepower turbocharged diesel engine with 1650 ft. lb. torque rating b. Engine exhaust at front of right rear wheels c. Secondary braking to meet NFPA d. Engine manufacturer s statement of engine installation approval with approved cooling system e. Drivelines to meet engine torque rating f. Silicone coolant hoses with constant torque clamps g. EVS 4000 automatic transmission h. 50 gallon minimum fuel tank i. OEM oil, fuel, transmission filters a. Medium length tilt aluminum cab meeting NFPA 1901 Chapter 14.3.2 b. Seating for four, three in SCBA seats with SCBA brackets c. Air ride driver seat, all others fixed position d. All persons in 3-point seat belts per Chapter 14, seats equipped with seat belt/occupant detection/warning system per Chapter 14 e. Electric over hydraulic cab tilt with manual back-up f. Single tone cab paint finish with 10 year paint warranty pro-rated g. Air conditioning and heating h. Remote controlled mirrors (from driver s position) with separate flat and convex sections i. DOT compliant headlights j. Forward facing turn and warning lights k. Cornering turn and warning lights l. Minimum four (4) dome lights with red and clear bulbs m. Minimum four (4) under cab step lights 110

n. Cab and compartment door ajar light and buzzer o. One (1) engine compartment light p. Color coded and function coded wiring q. Alternator sized according to amp draw report r. Minimum four (4) 750 CCA batteries s. Load manager with automatic high idle function t. Dual air horns with dual in-cab controls 5. AERIAL APPARATUS ALUMINUM OR STEEL a. Aerial shall meet or exceed all sections of NFPA 1901 Chapter 19 b. Ladder material: aluminum or steel c. Rear-mounted or mid-mounted configuration d. 4-section aerial with minimum elevation of 100 per NFPA requirements e. Rated horizontal reach per NFPA requirements f. Rungs shall meet all aspects of NFPA 1901 19.2.5 g. Rungs equipped with a slip resistant surface meeting NFPA 1901 19.2.5 h. Rungs spacing meeting NFPA 190119.2.5 i. Turntable with pedestal mounted controls meeting NFPA 1901 19.4 j. Aerial rated load capacity not flowing water: 500 lbs. minimum in addition to equipment mounted at tip of ladder k. Aerial rated load capacity while flowing 1000 gpm: 500 lbs. minimum in addition to equipment mounted at tip of ladder l. Rated load capacities shall meet and /or exceed NFPA 1901 19.3 m. The aerial shall be rated in multiple configurations per Chapter 19.3.4 n. Extend/retract, rotate and hydraulic or electric over hydraulic controls meeting NFPA 1901 19.5 through 19.5.3.6. o. Hydraulic pressure gauge at turntable controls p. Illuminated Angle of Elevation Indicator meeting NFPA 1901 19.4.1 q. Flowmeter on turntable control pedestal meeting NFPA 1901 19.6.8 r. All aerial control devices shall meet NFPA 1901 19.17 s. Fall protection provisions shall be provided. t. Bidders to state type of stabilizers and overall stabilizers spread u. Aerial shall meet structural safety factors in accordance with NFPA 1901 19.20 v. Aerial shall meet NFPA 1901 stability safety factors Chapter 19.21 w. Lighted turntable area x. The aerial manufacturer (the company that manufacturers the entire aerial device) shall maintain a Quality Control Program in accordance with NFPA 1901 Chapter 19.22 y. Special attention shall be paid to meeting all safety requirements per NFPA 1901 19.20 z. Aerial shall be fully tested and certified by third party certified testing company per NFPA 1901 19.24 and 19.25 aa. bb. 2-way intercom system between ladder tip and turntable contro pedestal. Minimum 1000 gpm waterway system meeting NFPA 1901 with remote control nozzle (controls at fly section and at turntable control pedestal) with movable manual pinned waterway or remote control movable waterway. 111

cc. Minimum 4 rear waterway inlet with pressure gauge and long handled chrome cap dd. Minimum 4 waterway discharge with 4 valve with handwheel ee. Waterway relief valve and minimum 1.5 drain at rear of apparatus ff. Stabilizer controls and stabilizer to aerial controls mounted on rear of apparatus body gg. One (1) high intensity spotlights on ladder tip hh. Two high intensity flood lights on ladder base ii. Painted finish on steel aerial-bidder shall provide copy of paint warranty on aerial ii. Instruction plates and signs must be installed per NFPA 1901 Chapter 19.23 6. TILLER a. Tiller cab to be totally enclosed b. Tiller cab to have one (1) fixed seat c. Tiller cab to have minimum 6 round convex mirror, one on each side. d. Gooseneck area of tiller trailer to be constructed of 100,000 psi minimum yield strength steel. e. Trailer frame rails to be constructed of 80,000 psi minimum yield strength steel f. Tiller trailer axle to be minimum of 22,800 lbs g. Aluminum wheels 7. APPARATUS BODY a. Bidders to bid on each of their offered construction types: i. Extruded aluminum ii. Formed aluminum iii. Formed galvanneal steel iv. Formed stainless steel b. Bidders to state thicknesses, alloys and construction methods of all materials used in body construction c. High left side compartments or high right side compartments or lower rear compartments d. Bidders to accurately state the total cubic footage of compartment space, along with each compartment size e. Lights in compartments to meet NFPA 1901 Chapter 13.10.5 f. Back up alarm g. Rear ladder storage for minimum 115 NFPA ground ladders fully enclosed at rear of apparatus, ladders to be included h. Rear pike pole storage for minimum of six (6) pike poles fully enclosed at rear of apparatus i. Steps and handrails for climbing from ground to turntable bidders to state exact design j. Lights at each step 112

k. Rear/stop/turn/back up lights l. DOT clearance and marker lights m. License plate light n. Rear deck lights o. Rub rail along each side of body 8. EMERGENCY WARNING a. NFPA Zone A lower and upper level lighting b. NFPA Zone B / D lower level lighting c. NFPA Zone C upper and lower level lighting d. Electronic 200 watt siren/pa with minimum 100 watt speaker recessed in bumper e. All emergency lights, stop/turn/back-up lights, DOT clearance, compartment, step, license plate, perimeter scene, and interior dome lights to be LED 9. PAINT FINISH/REFLECTIVE STRIPING a. Cab and body to be painted single tone with 10 year pro-rated paint and corrosion perforation warranty b. Reflective striping in accordance with Chapter 15.9.3 c. Reflective chevron on rear of apparatus in accordance with Chapter 15.9.3.2. 10. WARRANTY a. 1 year bumper to bumper mechanical, excluding normal wear and tear items b. 10 year cab and body structural c. 10 year paint pro-rated d. 10 year corrosion perforation on cab and body e. 20 year aerial structural f. Lifetime frame warranty g. 2 year front axle h. 2 year rear axle j. 5 year fire pump, if applicable k. Lifetime booster tank, if applicable l. Manufacturer s standard 5 year warranty for transmission 113