Loading...
RES 2001-1980 - PO to Toyne for fire pumper trucks • coAHA, RECEIE O� NFB� !� �J Al � Fire Department ar����C��' n S'�� �7 � � ' �6 1516 Jackson Street T® f 'J �1 Omaha,Nebraska 68 1 02-3 1 1 0 o' .. (402)444-5700 CITY L r K FAX(402)444-6378 AO4TfO F03031. ry ��}}M ,}�r;, �{A S Paul R.Wagner City of Omaha August 7 , 2 0 0 T" Fire Chief Mike Fahey,Mayor Honorable President and Members of the City Council, Submitted herewith for your consideration is a Resolution authorizing the City of Omaha Fire Department to purchase two (2) fire pumper trucks at $264,405 each, for a total of$528,810.00. The following bids were received, opened and tabulated on July 11, 2001. VENDOR TOTAL BID EACH Toyne $ 264,405.00 Central States $ 270,444.00 American LaFrance $ 307,466.00 EDM $ 325,039.00 The Fire Depat tcnent recommends acceptance of the bid by Toyne, in the amount of $264,405.00, $528,810.00 for two, as the lowest and best bid. Purchase cost of this acquisition shall be expended from the 2000 Public Safety Bond, Agency 131, Organization 1315, year 2001 funding. The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contract to ensure compliance with the Contract Compliance Ordinance. I respectfully request your approval of this Resolution. Sincerely, Approved: 7k./©e 715 fr Paul R. Wagner Date Reg' ald Young Dat Fire Chief Human Relatio irecto Approved as to funding: Referred to City Council for Consideration: % 4oc 7/2� 7/ J tan Timm ate ayor's Office itle ✓ Date Finance Director P:\OFD\12124z.doc 1111 , - ✓`•j • I- W _ . Da. z n � W - S�.M�� Z 7, o P / ID i roil U • 1 c t- w U 0?vt4kd cz j i Q Q E-- I: .. • D 1: h i -,..,, .S S 1�G N_�� v K KkZ q M • 1— U Q �t7vN �f�7' Z U A Q s J M Q L r W v W N O W 0 E c Oo m U rO W -o I.0 o O w Cli 'N to •' otS °' N CU co G. Q a U N < 0 O Z = U) fl. a.. C O C. LU E O .N W p a • — N .• •.' m -U _ - u. ' . m CO = 0 Cl. CO o d: Z • 2 ° Or P. m U. a - L. a o z N E C CZ1J( Q N T 0. a, = N 8 4 O h.. °� lL c5 i 1 --.---, U.J D — . 3 1- , 11-1 L' 0 Z . . . . D / Z — a. . . z — = D - CL.. . . . L1.1 . _ Z — . ., D = . CI_ . 0_ . . • 7/ (- \ CA f I I . w i co . :— . . E Fa ! g c.) oc 0 t a 7 as Lu ; 0 t z F-5° 8 '5 L• = a) (/) t cl) 0 w 2 o > -0 co 1 cu > 1.1.1 1= 2 CL tu Lu co -63 5 C - . - < ct. r: a _c 1 0 E i a) cn <C C_) ‘- 2 w as C.) #4.7 .= n C/) a 1 L' cn cn CL LL-1 E CI 111 ' CI = — ft ca. T_ 1 -' I_ U.. - ` I = 0 co ra. , z c fl a. 0 as .. P a. IL) . 4C a c ,- CD 0 ,.... >s ,..- . . = CL 0 C 0 CV (1) •— -C : E t "-E. `(-o) • .. . -- ) >. cl Ct5 cl i— co '5 a) e 0 -) 0 ir: 0 , CITY OF OMAHA J T REQUEST FOR BID AND BID SHEET ON: FIRE PUMPERS � • FROM: J.T. Leming Published June 20,2001 Acting City Purchasing Agent NOT AN ORDER f Page 1 1003 Omaha-Douglas Civic Center l •~., 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Bid Closing Date 11:00 A.M. July 11,2001 IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1.Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated. • in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. • FIRE PUMPERS 6. When submitting bid on items listed,bidder may on a separate sheet,make 2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. • • 3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of ' accept or reject any part of your bid unless otherwise indicated by you. tabulation,check. PLEASE DO NOT CALL FOR THIS INFORMATION. • Quote your lowest price,best delivery and terms,F.i .delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2 each Fire apparatus pumpers per"Specifications for Two or More Fire Apparatus Pumper Bid and Deliver,"7 pages dated • June 2001; and"Specification for Fire Apparatus Pumper," 21 pages, dated June 2001. MAKE & MODEL OFFERED Toyne/HME BID/each $ 264 ,407 . 00 $ ?R, RIn n0 NOTE: REQUIREMENT FOR BID BOND The surety company issuing either the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. Deduct$13, 040 . 00 if chassis paid for upon completion at HME : BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING DATA WITH EACH BID (Protected Class is defined as Black, Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native,Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or Total Work Protected Pacific Alaskan Pacific • Alaskan Female- Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native All Races 07/01 32 1 0 0 3 0 0 0 0 0 1 Refer any questions regarding the BID or.SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1). This report shall be in effect for 12 months from the date received by the Human Relations Departmel Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053. (PLEASE PRINT LEGIBLY OR TYPE) n Represented by Ed M Feld Payment errrSATE apF DELIVER •,Toyne , Inc Ed M M. Feld Incorporated in Iowa Delivery(or completion) NameMi Chae 1 D D. Schwabe Signature t �� 1 () calendar days following award Title PR F.S T T)F MT Phone?1 7—h 7 — '7 9 Fax 7 1 7-6 7.R-7 7 n n 104 Granite Ave Breda , IA 51436 Address Street/P.O. Box City State Zip Email Address CITY OF OMAHA REQUEST FOR BIDS • ON: FIRE PUMPERS NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Questions regarding this bid may be directed to Joe Fuxa at(402)444-5737. Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq., as of the date of bid. • • • • • • ' r SIGN ALL COPIES Firm Toyne, Inc represented� �es by Ed m. Feld B y 7 ,�J�2�..'�'-""'__" ^L Title President PH-8C (91) CONTINUATION SHEET s• CITY OF OMAHA J.T. REQUEST FOR BID AND BID SHEET ON: FIRE PUMPERS FROM: J.T.Leming Published June 20,2001 Acting City Purchasing Agent NOT AN ORDER f Page 1 1003 Omaha-Douglas Civic Center 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Bid Closing Date 11:00 A.M. July 11,2001 IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1.Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated. in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. FIRE PUMPERS 6. When submitting bid on items listed,bidder may on a separate sheet,make 2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of accept or reject any part of your bid unless otherwise indicated by you. tabulation,check( I. PLEASE DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2 each Fire apparatus pumpers per"Specifications for Two or More Fire Apparatus Pumper Bid and Deliver,"7 pages dated June 2001; and "Specification for Fire Apparatus Pumper," 21 pages, dated June 2001. MAKE &MODEL OFFERED BID/each $ $ NOTE: REQUIREMENT FOR BID BOND The surety company issuing either the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING DATA WITH EACH BID (Protected Class is defined as Black,Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native,Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or Total Work Protected Pacific Alaskan Pacific Alaskan Female- Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native All Races P P Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1). This report shall be in effect for 12 months from the date received by the Human Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax Address Street/P.O.Box City State Zip Email Address 9 1 CITY OF OMAHA • REQUEST FOR BIDS ON: FIRE PUMPERS NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Questions regarding this bid may be directed to Joe Fuxa at(402)444-5737. Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq., as of the date of bid. SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET fl All bidders are to comply with the Omaha Contract Compliance Program as follows: Civil Rights Compliance—Omaha Contract Compliance Program DEFINITIONS: Disadvantaged Business Enterprise Currently not used Protected Class PC consists of (a) Black (b) Hispanic (c) Asian and Pacific Islander (d) American Indian or Alaskan Native (e) Female Protected Business Enterprise PBE consists of (a) 51% of a business owned, controlled and actively managed by PC members (b) 51%of the stock of a publicly owned business is owned and controlled by PC Members (c) Provided that PC ownership and interests are real and continuing and not created for the purpose of complying to obtain a contract or subcontract In Compliance Employer ICE consists of (a) An employer that has at least 25% of PCs as the total number of employees in full or part time positions (b) Provided that these PC positions are not created for the purpose of complying to obtain a contract or subcontract It has been declared necessary and expedient to require certain provisions in contracts with the City of Omaha to promote equality of opportunity in employment without regard to race,creed, color, sex, religion or national origin. This will promote and encourage socially and/or economically disadvantaged Omaha businesses to compete for city contracts and to encourage diversity by the City in the award City contracts and to promote equality of access to city contracts. "Contractor" is defined as any person,partnership, corporation, association or joint venture which has been awarded a contract, and includes every subcontractor on such a contract. "Subcontractor" is defined as any person,partnership, corporation, association or joint venture which supplies any of the work, labor services, supplies,equipment, materials or any combination of the foregoing under a contract with the contractor on a contract. DBE reference currently not used The Finahce Director shall administer and enforce, maintain and report contract statistics, for quarterly reports, determine which program goals are met, advise departments "lowest and best"bid determinations and attaining program goals, implementing rules and procedures, and making fiscal determinations for compliance with the program. 10-192 All contracts hereafter entered into by the city shall incorporate an equal employment opportunity clause, which shall read as follows: All Bidders are required to comply with the Omaha Contract Compliance Program. During the performance of this contract, the contractor agrees as follows: (a) The contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin. The contractor shall take affirmative action to ensure that applicants are employed and the employees are treated during employment without regard to their race, religion, color, sex or national origin. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting offices setting forth the provisions of this nondiscrimination clause. (b) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, or national origin, age, disability. (c) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice advising the labor union or workers' representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, including the information required by sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the contract compliance officer shall be those, which are related to paragraphs (a) through (g) of this subsection. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. (e) The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (a) through (g) OP, herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the result "of-such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate the provisions of this division; and in case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. a 1 (f) The contractor shall file and shall cause his subcontractors, if any, to file compliance reports with the contractor in the same form and the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his subcontractors. (g) The contractor shall include the provisions of paragraphs (a) through (g) of this section, "Equal employment opportunity clause." And section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. 10-194 (a) All notices to bidders published shall include as part of the specifications the condition that all bidders are required to comply with the Omaha Contract Compliance Program. ( c) As part of the bid documents, each bidder files contract employment reports that confirms: (a) That the contractor has notified community organizations that they have employment opportunities available and shall maintain records or any responses (b) That the contractor maintains a file of names and addresses of each PC worker referred and what action taken in respect to these referred workers, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. (c) Contractors will contact the contract compliance officer when the union or unions that the contractor has a collective bargaining agreement have not referred a minority worker sent by the contractor or if there is information that the union referral process has impeded his goal. (d) That the contractor has solicited bids for subcontractors from PC subcontractors engaged in trades covered by their regulations, including circulation to minority associations. (e) Contractor certifies that all employees directly involved with the contract will be given a discrimination prevention presentation approved by HR in one of the following: a. Contractor has a Bureau of Apprenticeship (BAT) approved apprentice program b. The company EEOC officer has attended a City of Omaha HRD course and then teaches all employees involved with the contract c. All employees involved with the contract who have a direct contract with the public attend a discrimination presentation course presented by HR (f) If a complaint is filed against the contractor and found to be valid by HR, all employees involved in the complaint will attend a HR discrimination course before the company can be awarded future contracts and/or received final payment for the current contract. 10-200 Award of City contracts to PBEs, and ICEs. (a) Commencing on 1/1/2001, the City shall make a good faith effort feasible to award supply, service and construction contracts in amounts in no less as determined by the Finance Director by 12/31 of the prior year, to proportionate to the percentage the PBE bears to the total business in the proposed contract industry. These goals shall apply to the dollar volume of those contracts. (b) Currently not used (c) Currently not used r , i 7 ` CITY OF OMAHA PURCHASING DIVISION SPECIFICATIONS FOR TWO OR MORE FIRE APPARATUS PUMPER BID AND DELIVER JUNE, 2001 INTENT OF SPECIFICATIONS 1. These Specifications are designed to secure for the City of Omaha two complete fire apparatus, built to withstand the service and use to which it may be subjected in the emergency fire fighting and rescue service of this city. 2. It shall be the intent of these specifications to cover the furnishing and delivery of complete pumper equipped as here in after specified. These specifications shall cover only the general requirements as to the type of construction and test to which the pumper shall conform. Together with certain details as to finish, equipment and appliances with which the successful bidder shall conform,minor details of construction and materials,which are not otherwise specified, shall be left to the discretion of the contractor, who shall be solely responsible for the design and construction of all features. Pumper proposed by the bidder shall meet the requirements of the National Fire Protection Association(NFPA) as stated in current Pamphlet 1901 for pumper. 3. Bids shall only be considered from companies that have an established reputation in the field of pumper's construction and have been in business for a minimum of 20 years. Further, bidder shall maintain dedicated service facilities for the repair and service of products. Evidence of such a facility shall be included in bidder proposal. This pumper must be supplied by a manufacturer who has been engaged in manufacture of a pumper of the kind required by the Omaha Fire Department for such a period of time as to establish a reputation for permanency and reliability, and who shall be constant and continued source of supply for any and all parts required by this pumper for minimum of 20 years while in the normal service of Omaha Fire Department. Replacement cab and chassis body parts shall be obtained from the manufacturer within 15 days from order date. 4. Each bidder shall furnish satisfactory evidence of their ability to construct the pumper specified and shall state the location of the factory where the pumper is to be built. The bidder shall also show that the company is in position to render prompt service and to furnish replacement parts for said pumper. Consideration will be given to any other documented testing which offers information attesting to the safety of the pumper. • EXCEPTION YES NO 1 5. Each bidder shall supply a list of at least five(5)Fire Departments,which have had the type of pumper being specified in service for at least ten(10)years. Bidder must also state number of year's pumper he is proposing has been manufactured for the fire service. 6. National Fire Protection Association 1901 Standard for Automotive Fire Apparatus, 1999 Edition, is hereby adopted and made a part of these specifications. The same as if they were written out in full insofar as they apply and are not specifically modified in the following detailed specifications. With the exception of that chapter dealing with"equipment recommended for various types of pumper". Bidder shall provide only that equipment as required in the following specifications. 7. Pumper shall comply with all applicable motor vehicle laws. Attention is called to the use of state and interstate highway by Omaha Fire Department vehicles. 8. Any changes deemed necessary by successful bidder by reason of lack of availability ofmaterial or parts, or labor strikes, or any other cause shall be taken up with the Fire Chief as they occur and changes made a part of this contract by addenda. 9. No addendum shall be considered valid except those issued by the City of Omaha Purchasing Agent with approval of Fire Chief. 10. No bid may be withdrawn within sixty(60) days after bid closing. 11. Manufacturer shall indicate delivery time in calendar days from date of execution of contract,which bidder's proposal is a part of and which shall not exceed 210 calendar days from the date of the award of the bid and/or signed agreement where purchase order(s)has been issued. The manufacturer shall provide the final draft blue prints within 30 days after the award of the bid. A penalty of $50.00 per day, per unit shall be assessed for late delivery starting beyond the 180 calendar day after the approved final draft blue prints are received by the bidder. Demonstrator units are not acceptable. 12. "Delivery Date"is the date on which the fully assembled, equipped and prepared pumper is presented to the Fire Chief for acceptance testing and service. 13. Responsibility for pumper remains with manufacturer until completion of acceptance tests and formal acceptance by the City of Omaha. 14. Prices quoted in bids shall not include federal tax. Tax exemption certificates will be supplied by Purchasing Agent, City of Omaha,Nebraska,when needed. EXCEPTION YES NO 2 15. If any bidder has questions in connection with these specifications, the Chief of Omaha Fire Department will clarify these specifications. It is not the intention of these specifications to eliminate any qualified bidder. 16. The manufacturer shall not assign,transfer, convey, sublet or otherwise dispose of the contract or his right, title, or interest in or the same of any part thereof without previous consent in writing of the purchaser endorsed hereon or attached hereto. 17. Total price on bidder's proposal sheet must include all items listed in these specifications. Listing any items contained in these specifications as an extra cost item will automatically be cause for rejection. 18. Any bid submitted without listing exceptions shall be required to meet every detail of these specifications. 19. As a condition of the acceptance of the pumper, the contractor shall furnish a guarantee of the pumper and equipment of three years, which includes all labor and parts, F.O.B. Omaha,Nebraska. 20. If axle loads exceed the Federal axle load limits then bidder must furnish an insurance policy to guarantee the protection of the City of Omaha in the event of Lawsuit stemming from an accident that could be contributed to overweight, braking or vertical center of gravity. 21. The City of Omaha will not consider a pre-payment chassis clause when determining the lowest and best bid. This option may or may not be accepted by the City Finance Department after signing of contracts with the successful vendor. 22. Bidder's proposal must clearly list in detail all items requested in these specifications, and only literature pertaining to these specifications can be inserted. Inserting literature pertaining to items not listed in these specifications to confuse the bid will be cause for automatic rejection. Where used, checking the "NO"will mean an exception is being taken to our specification, and checking the"YES"will mean compliance with our specification. 23. Each bid shall be accompanied by a set of"Contractor's Specifications" consisting of a detailed description of the pumper and equipment proposed and to which pumper furnished under contract shall conform. These specifications shall indicate size, type, model and make of all component parts and equipment. 24. Two (2) trips to successful bidders plant between manufacturer and two (2) Fire Department representatives will be held consisting of a preliminary pre- construction meeting and pre-delivery inspection trip. The cost incurred shall be the responsibility of the successful bidder. EXCEPTION YES NO 3 • QUALITY AND WORKMANSHIP 1. The design of the pumper shall embody the latest approved automotive engineering practices. The workmanship shall be of the highest quality in its respective field. Special consideration shall be given to the following points: accessibility of various units, which require periodic maintenance, ease of operation and symmetrical proportions. Construction shall be rugged and ample safety factors shall be provided to carry the loads specified and to meet both on and off road requirements and speed conditions as set forth under"Preformance Tests and Requirements". Welding shall not be employed in the assembly of the pumper in a manner that shall prevent the ready removal of any component part for service or repair. All steel welding shall follow American Welding Society D 1.1-96 recommendations for structural steel welding. All aluminum shall follow American Welding Society and ANSI D1.2-96 requirements for structural welding of aluminum. Flux core arc welding to use alloy rods, type 7000, American Welding Society Standards A5.20-E700TI. The manufacturer shall be required to have an American Welding Society certified welding inspector in plant during working hours to monitor weld quality. NO EXPERIMENTAL PUMPER SHALL BE ACCEPTED. DELIVERY 1. Pumper, to insure proper break in of all components while still under warranty, SHALL BE DELIVERED UNDER ITS OWN POWER-rail or truck freight shall not be acceptable. A qualified delivery engineer representing the contractor shall deliver the pumper and remain for a sufficient length of time to instruct personnel in the proper operation, care and maintenance of the equipment delivered. INFORMATION REQUIRED 1. The manufacturer shall supply at time of deliver, complete operation and • maintenance manuals covering the completed pumper as delivered. A permanent plate shall be mounted in the driver's compartment which specifies the quantity and type of fluids required including engine oil, engine coolant,transmission, pump transmission lubrication,pump primer, drive axle, refrigerant R-134 A accompanied with type of viscosity refrigerant oil. PERFORMANCE TESTS AND REQUIREMENTS 1. A road test shall be conducted with the pumper fully loaded and a continuous run of ten(10)miles or more shall be made under all driving conditions, during which time the pumper shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles shall run quietly and be free from abnormal vibration or noise throughout the operating range of the pumper. Vehicle shall adhere to the following parameters: EXCEPTION YES NO 4 2. The pumper, when fully equipped and loaded, shall have not less than 25%nor more than 50% of the weight on the front axle, and not less than 50%nor more than 75% on the rear axle. 3. The pumper shall be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed rpm of the engine. 4. The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. The air brakes system shall conform to Federal Motor Vehicle Safety Standards. (FMVSS 121) The pumper, fully loaded shall be capable of obtaining a speed of 50 mph on a level concrete highway with the engine not exceeding its governed rpm(full load). LIABILITY 1. The successful bidder shall defend any and all suits and assume all liability for the use of patented process including any device or article forming a part of the pumper or any appliance furnished under the contract. SPECIFICATION BID REQUIREMENTS 1. Bidders shall also indicate in the "YES/NO"column if their bid complies on each item (paragraph) specified. Exceptions shall be allowed if they are equal to or superior to that specified and provided they are listed and fully explained on separate page. PROPOSALS TAKING TOTAL EXCEPTION TO SPECIFICATIONS SHALL NOT BE ACCEPTABLE. 2. Also, bidders shall submit a detailed proposal. A letter only, even though written on a company letterhead, shall not be sufficient. Bid proposals shall be submitted identifying the same requirements as specified. For ease of evaluation comparison and checking for compliance, the format of specifications provided by the bidder shall follow the same itemized categories as provided in the bid specifications. An exception to this requirement shall not be tolerated. EXCEPTIONS 1. All exceptions shall be stated no matter how seemingly minor. Any exceptions not taken shall be assumed by the purchaser to be included in the proposal, regardless of the cost to the bidder. Where used, checking the"NO"will mean an exception is being taken. The exception shall be referenced by page and item number and described in a narrative section provided by the bidder. EXCEPTION YES NO 5 GENERAL CONSTRUCTION 1. The pumper shall be designed with due consideration to distribution of load between the front and rear axles. Weight balances and distribution shall be in accordance with the recommendations of the National Fire Protection Association. (NFPA) PUBLIC LIABILITY INSURANCE 1. The successful bidder shall, during the performance of the contract and for three (3) years following acceptance of the product,keep in force at lease the following minimum limits of public liability insurance. Products/Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence $1,000,000 2. Coverage shall be written on either a commercial or comprehensive general liability form. The policy shall be written on an occurrence form and shall include contractual liability coverage. The policy shall include owner as an additional insured as their interest may appear. The required limits can be provided by one or more policies provided all other insurance requirements are met. Coverage shall be provided by a carrier(s)rated"excellent"by a.m. best. UMBRELLA LIABILITY INSURANCE 1. The successful bidder shall, during the performance of the contract and for three (3)years following acceptance of the product,keep in force at least the following minimum limits of umbrella liability insurance: Aggregate: $25,000,000 Each Occurrence: $25,000,000 2. The policy shall be written on an occurrence basis and at a minimum provide the same coverages as bidder's general liability. Automobile liability and employer's liability policies. Owner shall be included as an additional insured as their interest may appear. 3. Bidder agrees to furnish owner with a current certificate of insurance with the coverage's listed above along with its bid. The certificate shall be made out to the purchaser and be an original,no photocopies shall be accepted. The certificate of insurance shall provide that owner be given 30 days advance notice of cancellation, nonrenewable or material change in coverage. EXCEPTION YES NO 6 ISO COMPLIANCE 1. The manufacturer shall operate a quality management system under the requirements of ISO 9001. These standards sponsored by the"International Organization for Standardization(ISO)"specify the quality systems that shall be established by the manufacturer for and proof that the bidder's salesperson holds, as of the date of the bid, Nebraska Motor Vehicle salesperson license under the aforesaid act; and 3)name of the manufacturer of the product, and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacture's or Distributor's license under the aforesaid act. Failure to comply with these requirements may result in the bid being rejected. 2. Bids submitted will be signed by the representative of the manufacturer who holds a valid Nebraska Dealers License who is authorized to sell and transfer ownership papers within the State of Nebraska. 3. The dealer representing the manufacturer who submits the bid of the manufacturer who will provide the apparatus shall also be properly licensed in the State of Nebraska. EXCEPTION YES NO 7 1 CITY OF OMAHA PURCHASING DIVISION June 2001 SPECIFICATION FOR FIRE APPARATUS PUMPER CHASSIS AND CAB 1. Chassis and cab to be the latest model, first line,totally enclosed,medium length, 96 inch wide, six man, engine forward, full open interior, 4 door tilt type. Cab must be well braced and reinforced to provide maximum protection for fire fighters and made of no less than .125 aluminum. An aluminum extrusion frame work must be used in construction. 2. All cab and canopy doors to be ample size for easy access and shall be equipped with roll down windows. Safety glass shall be installed throughout. • 3. A Bostrom#910 air ride driver's seat and a Bostrom companion passenger's seat shall be provided in the cab. Two additional rear-facing seats shall be accepted. Three Ziamatic#UN-5-30-FNH brackets for mounting 30 minute masks shall be installed at officer and jump seat areas. SCBA seats must be able to hold Scott 50 series 4.5 air pak. 4. Seat belts shall be provided for all seats including rear jump seats. Belts shall meet G.S.A., S.A.E., specifications: have quick release metal buckles and adjust to accommodate large personnel. 5. Provide minimum of two 715 CFM powered exhaust fan on roof in rear of canopy. 6. Area between rear canopy seats shall be converted into a storage compartment with locking lid. 7. A curved two-piece tinted windshield with electrically controlled wipers and washers shall be furnished. Wipers shall have intermittent capabilities. 8. Inside of cab shall be painted to match exterior. A padded, sound absorbing material shall be installed on dash, door panels and ceiling to reduce cab noise to an acceptable level. 9. Two heated 6"x 16"West Coast rear view mirrors, spring loaded, chrome or polished steel, convex mirror in lower section of same. Mounted on each side of cab, adequately braced against vibration. EXCEPTION YES NO 1 10. Cab shall have glove compartment with light and hinged door. 11. Safety tread aluminum plate shall be used on running boards,rear platform, over tops or side compartments, rear platform, grip-tread shall be installed at jump seat and rear tailboard areas. 12. Rear tailboard shall not be less than fifteen(15) inches deep. Beavertail construction on rear is not acceptable. 13. Fenders and guards shall be well braced, and shall have sufficient clearance for use of skid chains in conformity with Tire and Rim Association standards. 14. Front and rear fender wells shall be provided with removable aluminum,or liners. 15. Front and rear rubber guards shall be provided. 16. When apparatus is loaded, rear step shall not be lower than fourteen(14)inches. 17. Running board height shall not exceed 20"from ground to top of running board. 18. Axle housing shall clear road surface at least eight(8) inches. 19. Cab shall be equipped with a minimum 56,000 BTU heater defroster,two(2) additional windshield defroster fans and a crew cab auxiliary heater with a minimum 42,000 BTU output. 20. Electric back-up warning device shall be provided. 21. Apparatus to have complete Rhino or Ziebart undercoating. 22. Bumper on front to be stainless steel,no less than eight(8) inches high. 23. Bumper shall be extended forward of everything and shall be attached directly to chassis. Safety tread aluminum plate shall be mounted between bumper and front of cab. 24. Two (2) tow hooks or eyes in front, and two (2)tow hooks or eyes in rear shall be provided and secured to frame. 25. Chrome or stainless 1-1/4 inch o.d. grab handles or rails shall be provided at the front pump sheet metal adjacent to the engine compartment. 26. Two folding steps and two stainless grab rails shall be provided at the front pump sheet metal adjacent to the engine compartment. EXCEPTION YES NO 2 27. All fasteners (nuts,bolts, and screws) shall be zinc or chrome plated. Grade 5 or harder securement bolts shall be utilized. 28. Radio compartment shall be provided under the officer's seat. A Motorola MC S 2000 radio must fit in this area. 29. A permanent plate shall be mounted in the driver's compartment specifying the the quantity and type of the following fluids used in the apparatus for normal maintenance: 1) Engine Oil 2) Engine Coolant 3) Transmission Fluid 4) Drive Axle Fluid 5) Air Conditioning Freon R-134A 30. GVW rating to be not less than 40,000 pounds. 31. Top speed not less than 62 M.P.H. DASH DQUIPMENT 1. Dash instrument panel shall include the following gauges and instruments in addition to switches for lighting system, arranged for good driver accessibility and properly marked for identification. All gauges shall be separate: Clustered gauges not acceptable: One tachometer, registering engine hours. One speedometer, registering road miles. One apparatus speedometer on the officers side of dash. One water temperature gauge with red warning light and audible alarm. One oil pressure gauge with red warning light and audible alarm. One voltmeter, indicating charge and discharge rate. One electric fuel gauge. One starter switch of push-button solenoid type. One air cleaner restriction indicator. One hand throttle for controlling engine. One master switch controlling lighting system. One transmission overheat gauge, with red light and audible alarm. One hi-idle switch(not mechanical). One low air warning light with buzzer. EXCEPTION YES NO 3 AIR CONDITIONING 1. Air conditioning shall be installed R134A freon only. ENGINE 1. Engine shall be Cummins, ISM 400 H.P. 2. An engine governor shall be installed limiting speed of engine to that speed established by engine manufacturer. 3. Air Cleaner: Farr dry type. Oil Filter: Full-flow, throwaway canister type. 4. Silicone hose package. 5. One (1)Prolink 9000 cartridge and all connectors for diagnostic work on the diesel engine in the truck. Bidder shall include in the bid the above listed.. diagnostic equipment and provide same. ENGINE COMPARTMENT 1. The engine is to be easily accessible and capable of being removed with the cab tilted. Provisions for checking the transmission,oil and power steering fluid levels and also checking battery shall be placed so that they are accessible without raising the cab. Engine hood to be constructed of.125"aluminum and shall be tapered at top to allow for more driver and passenger elbowroom. The engine hood shall be insulated for protection from heat and noise. The noise insulation shall keep the dba level within compliance of the NFPA requirement. COOLING SYSTEM 1. The cooling system of the engine must be closed pressurized type with surge tank and shall be adequate to maintain a temperature of the coolant in the engine not in excess of the engine manufacturer's maximum temperature rating. 2: Complete radiator, tubing and fitting, etc. shall be made from copper and/or brass. Top and bottom tanks of radiator must be bolted to radiator core 3.5. Radiator shall have minimum frontal area of 1,200 square inches. EXCEPTION YES NO 4 TRANSMISSION 1. An Allison World HD4060P 5-speed torque automatic transmission with a "T"handle electronic shift control unit. Temperature gauge with warning light and buzzer shall be mounted in the cab. The instrumentation panel will have a "Do Not Shift" light and the shift selector will have"Service"indicator light. 2. Transmission shall have locking device to prevent accidental shifting while pumping. 3. A transmission oil cooler shall be provided in the lower tank of the radiator. 4. An external transmission oil cooler shall be provided. 5. The transmission shall be furnished with a 5 year warranty as furnished by Allison transmission. This warranty shall cover 100%parts and labor. DRIVE-LINE AND UNIVERSAL JOINTS 1. Drive-line must be heavy duty, Spicer 1700 Series universal joints, or equal. STEERING SYSTEM 1. Steering gear to be integral Ross or Sheppard heavy duty power steering of adequate capacity for service intended. 2. Steering to turn front wheels lock to lock in not more than five revolutions of steering wheel. LUBRICATION SYSTEM 1. Oil fill pipe shall be conveniently located and large enough to permit easy filling of oil reservoir when engine is running. 2. Engine, transmission and rear axle shall have magnetic drain plugs. EXHAUST SYSTEM 1. Provide and install one Ward Diesel "No Smoke"exhaust filtration system. AXLES 1. Front: shall be Rockwell FL-943, easy steer, 16,000 lbs. capacity. 2. Rear: shall be Rockwell RS-24-160, 24,000 lbs. Capacity. EXCEPTION YES NO 5 9 3. Driver controlled traction lock for differential shall be provided. BRAKING SYSTEM 1. Front and rear brakes shall be Rockwell Dura-Master Air Disc#1560. 2. Compressor shall be Bendix-Westinghouse with rapid build-up design and shall have a capacity of not less than 16 cubic feet per minute. 3. A Bendix-Westinghouse air dryer system AD-4 and automatic blowdown ejector on each air tank shall be provided. 4. Air horns must be able to blow continuously for 30 seconds or more without hampering the brake system. 5. A spring set parking brake shall be provided that locks the rear wheels. 6. A maxi-brake and emergency over-ride system or equal shall be furnished. All controls to operate this system shall be located on dash. 7. The full air system shall meet current FMUSS-21 standards. 8. A Thelma driveline retarder of correct size for a vehicle of this weight shall be installed. SUSPENSION AND WHEELS 1. Wheels shall be ten-stud disc type. 2. Front tires shall be single and rear tires shall be dual. 3. All tires shall be tube less radials. Front: Highway Tread Rear: Mud and Snow Tread 4. A spare tire with highway tread and rim shall be provided. 5. Heavy-duty shock absorbers shall be provided on front and rear to stabilize anticipated load. EXCEPTION YES NO 6 6. Describe all springs to be installed. All springs must be certified to meet weight requirements of this apparatus. Provide access plates for servicing rear spring pins. Front: Capacity Type: Rear: Capacity Type: 7. Install"On Spot"TM Automatic Tire Snow Chains or approved equal system. FUEL SYSTEM 1. Fuel tank shall be corrosion-resisting material and of not less than fifty(50) gallon capacity. Tank shall have a drain plug. 2. Necessary valves, filters and drains shall be installed on fuel lines to insure proper engine operation. 3. Tank to fill piping shall be so placed as to be protected from mechanical injury and not be exposed to heat from exhaust or other source of ignition. 4. There shall be a fuel fill in the rear wheel well. The fuel fill shall have a Cast Products aluminum fuel fill door installed with diesel signage on cap. BATTERIES 1. Battery compartments shall be enclosed, accessible and have an expanded metal bottom. 2. Battery system to include two 240 amp 12 volt D-8-D series post type batteries, each with 1150 CCA at 0 degrees Fahrenheit. 3. One Cole-Hersee No. M-756, 3-position switch shall be provided. Switch to be located on dash. 4. A Kussmaul 2000 Battery Conditioner and Air Compressor shall be installed with a Kussmaul auto-eject 20-amp receptacle. ELECTRICAL SYSTEM AND DEVICES 1. A Leece-Neville or Neihoff 250 amp or larger alternator shall furnished. 2. Alternator and starter shall be of moisture resistant type, and accessibly mounted and protected against excessive heat. EXCEPTION YES NO 7 1 • 3. All electrical circuit wiring shall be of stranded conductors of a carrying capacity commensurate to anticipated maximum circuit loading,with installation in accordance with recommended SAE. 4. Wiring should be secured in place and suitably protected against excessive heat, oil and physical injury and water spray. No more than 3" exposed at the ends are permissible. Wire loom shall be constructed of plastic and tees and crosses provided at all branch sections as required. All loom tees and crosses shall be secured with black electrical tape at each end. • 5. All light switches shall be conveniently located on dash. 6. Dash instrument panel shall be hinged and provided with sufficient slack in wiring and other connections, so necessary service work may be accomplished without disconnecting wiring and/or connections. 7. System shall consist of master switch with tel-tale light for controlling auxiliary lights, individual light switches,properly labeled, and automatic reset circuit breaker for each circuit. 8. Wiring shall identify function by number and/or be color-coded. PUMP DESIGN AND PERFORMANCE REQUIREMENTS 1. Hale QG125, Waterous CMYBX1250, or ALF are acceptable. 2. The pump capacity shall be 1250 GPM, double suction, two stage centrifugal Class A type, midship mounted. 3. The pump body, suction and discharge manifolds shall be close-grained gray-iron, bronze fitted and be horizontally split in two sections for ease of servicing. 4. The impellers and wear rings shall be bronze. 5. Impeller shafts shall be stainless steel and supported on each end by ball bearings. 6. A Foam Pro System 2001 automatic foam proportioning system with Class A and B foam capability shall be included. The system shall be a discharge-side injection type system with flow based proportioning and a system capacity of 400 GPM at 0.5%to 85 GPM at 3%. 7. Foam system shall include metering valves, suction lines,water foam control and (2) 30 gallon stainless steel or poly tanks with drain and minimum 8"x 8" fill tower with cover. EXCEPTION YES NO 8 PUMP CONNECTIONS 1. All 2-1/2 inch pump outlets and inlets shall have National Standard threads. SUCTION INLETS 1. Two(2) six inch short design suction intakes shall be provided to the pump; each in normal position on each side of apparatus; each equipped with Snap-Tite #FSPRV5OFT6ONST with six inch pin lug, female swivel connection and five inch Snap-Tite sexless coupling. Caps shall be provided. 2. Priming device shall be electric driven positive displacement type pump, automatically lubricated from it's own reservoir. Both pump and priming valve shall be actuated by a single control on the operator's panel. 3. All pump controls shall be on the operator's side and 1-1/2", 2-1/2", and 3"brass valves shall be ball type full flow with turn locking handles. 4. Fire pump shift shall be air or electric operated,with manual override located at pump operator's station. 5. All suction inlets must be equipped with stainless steel strainers. 6. Two (2) 2-1/2 inch intakes, gated, swivel female couplings with male caps with strainers shall be provided at pump operator's panel. 7. Piping from valves to pump shall be three inch, I.D. and all intakes shall have% inch draincocks with lines that terminate below running board. 8. All inlets and outlets shall be enclosed and flush mounted. DISCHARGE OUTLETS 1. Five (5) 2-1/2 inch discharge valves with 2-1/2 inch hose connections with chrome 30-degree elbows shall be provided,with three (3)on pump panel side • and two (2) on right side. 2. One (1) large diameter discharge outlet on the righthand side of the apparatus. This discharge shall be located on the pump panel. The discharge shall be plumbed directly off the large discharge boss of the pump, and shall be plumbed with 3-1/2"or 4"pipe to ensure flow capabilities. The valve shall be installed with control at the pump panel, left side. This valve shall have slow-close feature, required by NFPA 1901 standards. A 5" Storz or Snap Tite sexless adapter with 5"cap and chain shall be supplied. The adapter shall be a 30-degree droop snout EXCEPTION YES NO • 9 style to comply with NFPA 1901.. A discharge gauge to match the other such gauges supplied, and shall be installed on the leftside panel for this discharge. 3. Provide three(3) inch chicksan swivels with 2 piping and 1-1/2 NST connections in crosslay hose beds. • 4. All outlets, including crosslays, shall have 3/a inch draincocks with line terminating below running board. 5. All push/pull valve control rods and handles shall be minimum 3/8 inch O.D. chrome or stainless. 6. Victaulic couplings shall be furnished on all flex joints. All piping and fittings of any size shall be threaded heavy duty galvanized metal that is immune to a foam concentrate. 7. Centralized grease lubrication and master drain to drain entire fire pump system shall be furnished. 8. One (1) #3424 Akron Apollo Monitor, fold away base, base cabinet mounting brackets, lift off mounting flange,with a#1755 Turbo Master Nozzle, and 2-1/2" National Standard Thread to female connections. Turret to be piped directly to pump with 3"piping, shut-off,pressure gauge and drain shall be installed forward _--- of main hose bed, above the A&B foam tanks. Include a telescopic extension that extends to at least 18 inches. N 9. Turret pipe and lift-off mounting flang shall be elevated at least 12"above any portion of the surrounding super structure to.provide for 360-degree operation. PUMP CONTROL PANEL 1. Pump operator's position shall be on driver's side of apparatus. 2. All pump operating controls shall be installed at pump operator's position, which shall be illuminated. 10.' Pump shall be provided with 3/8 inch copper pipe from discharge side, terminating in booster tank for circulation of water with pump in operation while no water is being discharged. . 11. Install one minimum 30,000 BTU pump compartment heater. Supply lines shall be silicone type with an on/off switch,pilot light and separate circuit breaker. 12. Both pump panels shall be stainless steel. EXCEPTION YES NO 10 , • RELIEF VALVE 1. The apparatus shall be equipped with an adjustable relief valve and provided with a pilot light. Means shall be provided to enable or disable the relief valve from performing its pressure control function. Means shall be provided to shut off the flow of water through the relief valve should it fail in the open position. The relief valve shall be readily accessible for servicing and repair with removal of valve body. BOOSTER TANK • 1. Capacity—500 U.S. gallons 2. Tank shall be constructed of polypropylene. 3. Minimum 20-year unconditional warranty shall be provided on booster tank. CONNECTIONS 1. A 4 inch I.D. overflow and vent pipe shall be installed and designed so that dump water will not affect traction of rear wheels. 2. A main pump drain valve shall be provided and controlled from pump operator's station. 3. A 3 inch I.D. gated tank to pump line shall be provided,piped from the tank sump. The sump shall be equipped with an anti-swirl baffle and align with the pump intake to provide maximum efficiency. 4. A check valve and quick acting gate valve shut-off shall be installed in booster tank to pump to prevent rupture of tank by pump pressure. 5. A check valve and quick-acting gate valve shut-off shall be installed in tank fill piping between tank and pump to prevent gravity feed of water from tank to pump. 6. A fill tower of not less than 4 inches I.D. with a hinged spring loaded lid and a removable non-ferrous screen type strainer shall be provided. GAUGES AND INSTRUMENTS 1. The following gauges and instruments shall be located on panel: One 4-1/2 inch diameter master pressure gauge—30 to 0 to 600 PSI on suction side of pump. EXCEPTION YES NO 11 One 4-1/2 inch diameter master compound gauge—30 to 0 to 600 PSI on suction side of pump. One 2-1/2 inch diameter pressure gauge—0 to 600 PSI for each 1-1/2 inch and 2- 1/2 inch discharge. One 2-1/2 inch diameter pressure gauge—0 to 600 PSI for turret discharge. One pump overheat indicator, consisting of two lights, one red and one green and audible alarm. One engine tachometer. One engine water temperature gauge. One engine oil pressure gauge. One voltmeter. Two-1/4 inch plugged connections for UL vacuum and pressure test gauges, and Y2 engine speed counter. One vernier type engine trottle, quick release type. One 3/4 inch drain valve control for each discharge. One master fire pump drain control. One pump data plate. One MC four(4)bulb stainless steel electric tank level indicator. All gauges, discharge valves, connections, etc., shall be identified with metal tags secured to panel. All discharge and intake gauges shall be silicone filled to prevent freezing. HOSE COMPARTMENTS 1. Hose bed to be fabricated of 1/8-inch aluminum. 2. Slatted extruded aluminum or Dura-Dek shall be provided in bottoms of all hose compartments. EXCEPTION YES NO 12 3. One buffed aluminum adjustable hose bed partition shall be provided in rear hose compartment for storage of 1500 ft. of 2-1/2 inch double jacketed and 1000 ft. of 5 inch hose. The partition shall be fully adjustable with sliding tracks at the front and rear. 4. A Mattydale crosslay hose bed, accessible from either side, in front of open compartment shall be furnished and contain three hose compartments to provide storage for attack lines consisting of: one 100 ft. 1-3/4 inch, one 200 ft. 1-3/4 inch, and one 300 ft. of 1-3/4 inch pre-connected hose. Bottom of crosslay hose bed shall not exceed 68" from ground level. Shall have at least 18"dividers and space between the bottom of the hose bed to top of plate cover. 5. A factory installed hosebed cover,which covers the 2-1/2"and 5" supply lines. The cover shall be made of aluminum treadbrite. APPARATUS COMPARTMENTS 1. All enclosed equipment compartments shall be made to maximum practical dimensions to provide maximum storage capacity. They shall be furnished with drip moldings. They shall have A.S. American roll up aluminum doors. 2. Compartments shall be of the sweep out type construction. Vents to be installed on lower cabinets, frame side. 3. Compartment light switches shall be Cole-Hersee#91801 activated by an automatic door switch. 4. Removable Dri-Deck flooring shall be installed in bottoms of all compartments. 5. All seams and areas where metal abut shall be caulked with top grade silicone clear coat. 6. The following compartments shall be provided: Right Side: (Curb) A single door ahead of rear wheel. A double door behind rear wheel. Left Side: (Street) r •,A' A single door ahead of rear wheel. A single door behind rear wheel. A single (long) door behind rear wheel compartment. A double door above rear wheel wheels and low compartments with lift style doors. EXCEPTION YES NO 13 1 J • Rear: Low compartment ahead of rear step and connecting to low rear side compartments with double doors. A single door below the hose bed and above rear step with a top hinged door. A mike and speaker compartment(6"width x 11"height x 8"depth)with a polished stainless steel door shall be furnished on/or adjacent to the pump operator's panel. 7. Provide one adjustable shelf in each of the compartments located ahead of the rear wheels. Clip type shelf bracketing will not be acceptable. AIR BOTTLE STORAGE (SINGLE BOTTLE) 1. A total of four(4) air bottle compartments shall be provided located in the fender wells, two each side. 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 body sheet metal. LIGHTS AND WARNING DEVICES 1. All lights and warning devices and signals shall conform to state highway and I.C.C. regulations and meet S.A.E. minimum standards. 2. Lights and warning devices shall consist of: One set pump panel or operator's panel lights,with chrome or polished stainless steel shield. Dual seal-beam headlights mounted in chrome housing. Headlights shall have a fast alternating flasher,wig wag pattern, which will be switched at the dash electrical console. Two lights under hood; one on each side. Federal Crossfire-Meteor light, (clear lens) shall be mounted center of cab,below windshield. Dual Grover#1501 Stuttertone 24"air horns shall be recessed in the front bumper, one each on the left and right sides. A 3/8" air line"teed"equal distance from each horn shall be installed. A 90-PSI protection valve shall be installed to EXCEPTION YES NO 14 prevent depletion of brake air system. Actuation shall be accomplished by horn button on steering wheel and a right hand officer's foot switch. One Federal PA300 siren with appropriate speakers. Two Federal #121 or Code 3, #550 Red 360 degree lights, mounted on rear of apparatus. Two 7"x 9"blue Federal strobe lights mounted on front of apparatus under headlights. All compartments in body to have lights with automatic switches and tattler light on dash for open compartment door. Also include the four passenger doors of the • cab. One Federal CL-70 map light on dash, officer's side. Necessary dash lights shall be installed. One Federal Aerohawk AH2 light bar permanent mount, to be installed on top front center of apparatus. Lens cover shall be candy-striped red and white. Four 6"spotlights shall be provided one on each corner, front and rear of apparatus. Combination stop and taillights,back-up lights, and directional lights front and rear, equipped with sig-glare switch to meet I.C.C. standards. Back-up lights shall be white with manual on/off switch located near tailboard and stop and tail lights red. Sufficient interior overhead cab lights in front and rear of cab. Sufficient clearance and marker lights to comply with I.C.C. standards. Two (2) 7"x 9"blue Federal strobe lights to be mounted at rear near taillights. Federal red strobe intersection lights shall be installed on the right and left hand side of the bumper ends. Lamps shall be installed in a polished aluminum housing. Two (2)white intersection strobe lights, Tomar or equal shall be installed on the right side and left above the rear wheel wells. One(1)handheld spotlight, 200,000 candlepower,with momentary"on"switch, mounting hook and permanently wired on front seat passenger side. EXCEPTION YES NO 15 Four(4) Streamlight or equal portable self charging litebox handheld lanterns, 25,000 candle power,with wall mounted quick release 12 volt charging system wired to apparatus 12 volt system, color to be high intensity yellow, usable time span at least 8 hours on a single charge. Location to be determined by OFD. Lighting package shall comply with current NFPA standards. 3. Weatherproof buzzer system shall be installed on each side of rear step. Plates to marked: • Stop Go Back-Up • GROUND LADDERS 1. The following ground ladders shall be provided: One Duo-Safety Series 900A two-section 24-foot aluminum extension ladder, 18-1/2 inches wider over beams, no poles. One Duo-Safety Series 775A 14-foot aluminum roof ladder, with folding hooks, 15-3/4 inches wider over beams. • BASIC PUMPER EQUIPMENT 1. The following equipment shall be provided by the manufacturer and be shipped loose: One (1) 20 lb. A.B.C. Ansul fire extinguisher No. 14349 A-20E with mounting bracket. One Nupla Model P.D. 10' pike pole with chrome holder. Two 6# fire axes with Nuplaglass 36"handles, one AP6 pick head and one FP6 flat head. Chrome holders to cover entire blade and have closed bottom. Pick head to have leather or rubber protector on tip with chain. PUMP PERFORMANCE TEST 1.. Apparatus shall have an Underwriters Laboratories,Inc. (ULI) certificate of successful compliance with requirements for the four-hour pumping performance test. EXCEPTION YES NO 16 u 1 PAINT 1. Color of apparatus to be: Lower Half: Dupont PPG 29198 Red Upper Half: Dupont PPG 817 White 2. The compartment interior shall be painted with a splatter finish for ease of cleaning and to make it easier to touch up scratches and nicks. • 3. Provide and install 3M brand#580-85 Scotchlite white reflective lettering and striping around all four-wheel openings, across top and down sides of compartments with scrolls at end of same. O.F.D. on cab side panels and Gold Maltese Cross with Omaha Fire &Rescue on cab doors and two—4"stripes affixed to the apparatus body and chassis cab. 4. Provide and install a reflective 10" company number on the front bumper. MOBILE RADIO UNIT 1. Bidder shall supply and installed a Motorola 100-watt MC S 2000 mobile radio unit operating in the VHF high band radio spectrum with weatherproof rear controls at the pumper station. The front controls shall be mounted in the cab so that they may be operated either by the driver or the front seat passenger. The rear controls shall consist of a handset,hang-up cup, control box and power voice speaker. The radio shall be tested on a default frequency of 160.000 MHZ and be carrier squelch but capable of"Private-Line" and"Digital Private-Line operation. The final radio programming will be done upon receipt of the pumper in Omaha, NE. The model numbers of the required radio equipment are as follows: T73XTA7T7-K MCS 2000 Mobile Radio Unit HLN1398 Front/Rear Controls And the required cable kit from below YKN4228 Cable Kit(17' front&40' rear) YKN4230 Cable Kit(17' front& 80' rear) YKN4229 Cable Kit(25' front&40' rear) YKN4236 Cable Kit(25' front& 80' rear) A quarter wave antenna and all standard accessories shall be supplied and • installed in the truck. The installation shall meet Motorola standards. • EXCEPTION YES NO 17 INTERCOM SYSTEM 1. The intercom system shall be Fire Corn brand and be the voice activated type with radio interface capabilities. (Some mobile radios may require an interface adapter). The intercom shall be designed to instantly turn on when the firefighter begins to speak, and turn off within one second after speaking stops. The intercom system interface with the radio must allow all communications,both transmitted and received to be heard through each headset. 2. The system must be capable of accepting up to twelve headsets with headset jack locations. The system must be capable of radio transmission at the following positions: Driver/Engineer, Officer/Passenger Front, 2 Passenger Seats, and Pump Panel. 3. The system shall have a squelch control that controls the threshold of amplifier turn-on. This is to adjust for variation in background noise. All connections within the unit shall be soldered rather than alternate means of connection, so as to hold up under the high vibration conditions common in most fire apparatus. The units shall be constructed in a manner that eliminates the possibility of contamination from moisture, dust or other debris. The units are immune to RFI and do not require special shielded cable. 4. Headphone hangers must be included and shipped separately. INTER/COM/RADIO COMMUNICATIONS 1. There shall be headset jack locations, all of which shall have intercom voice activated communication abilities. '-"-"N, 2. If any of the intercom communication positions are being used in an intercom voice activated capacity when a radio transmit location is activated, (by officer or driver)intercom communications will be automatically muted. While this is occurring, all positions shall be able to hear both the transmitted and the received radio transmissions. HEADSETS 1. The headsets shall be noise-attenuating and shall be either behind the head style, double ear or over the head style, double ear with a boom mounted microphone. 2. The microphone shall be the noise canceling, electric condenser type capable of eliminating radio frequency and electro-magnetic interferences. The headset microphones shall be mounted on a fully articulating swivel action boom capable of being rotated 180 degrees for use on the right or left side of the head. . EXCEPTION YES NO 18 ( A _ • 3. Headsets shall be designed so that when a radio push to talk switch has been activated, the other microphones within the system will automatically be inactivated. Also, all personnel shall be able to hear communication over the radio through their headset. Only the headset station with its push to talk switch depressed shall be heard over the radio. The push to talk switches shall be designed so they can be conveniently located.in the apparatus in an area that will provide ease of operation by field personnel. 4. The headsets shall have NRR(Noise Reduction Radio)of 24DB or greater, which exceeds the NFPA 1500 regulations. Each headset shall have individual volume control mounted on the ear cup. They shall also be able to be disconnected quickly from each of the headset stations. 5. The headset headband shall be adjustable to provide a comfortable fit for different head sizes and shapes. OPTICOM EMITTER 1. The required data-encoded emitter will generate the optical signal,which serves as the trigger to the rest of the priority control system. The optical signal generated by the data-coded emitter will be a series of intense flashes from a single light source. The flash signal will consist of a fixed frequency base signal and a coded overlay signal that can be used to transmit information. 2. The data-encoded emitter will be powered by the DC voltage supplied from vehicle's battery, 10 to 16 volts DC. The unit will be equipped with a weatherproof, in-line fuse holder. 3. The flash sequence generated by the data-encoded emitter will carry three types of information. The first type will be the base frequency of either 9.63866Hz+/-0.0014Hz for low priority(Class I), or 14.03509Hz+/-0.003Hz for high priority(Class II). An input wire will be used to activate selection of high or low priority operation. The second type of information generated by the data-encoded emitter will be a vehicle classification and identification code that is interleaved into the base frequency flashes. Setting the vehicle classification and identification code will be accomplished through four, 10-position rotary switches located in the power supply of the data-encoded emitter. Each data-encoded emitter will be capable of setting a minimum of 10 different classifications with 1,000 different identification numbers per class for high priority and an equal number for low priority, for a total of 10,000 codes for each priority. EXCEPTION YES NO 19 The third type of information generated by the data-encoded emitter will be reserved for setting the intersection range. The system will enable the traffic engineer to manually activate the range code from his/her vehicle using an emitter ON/OFF switch equipped with a special SET RANGE push button. The system will accommodate setting a separate range from 200 ft(61m)to 2,500 ft(762m) for both high and low priority signals. While operating, the data-encoded emitter will conduct self-diagnostics designed 4. p g, $ g to check for missing pulses. Any failures of the self-diagnostic these shall be displayed by flashing of the indicator light. 5. Each data-encoded emitter will be supplied with an ON/OFF switch. The switch will be equipped with an indicator light providing internal diagnostics that will assist in troubleshooting. The indicator light will operate as follows: Steady on when the data-encoded emitter is operating. Flash at a 0.5Hz rate when the data-encoded emitter is disabled. Flash at a 4Hz rate when the emitter is missing pulses. 6. The data-encoded emitter will be supplied complete with all cables needed for installation. The cable that connects the flash head to the power supply will be pre-assembled with connectors for both ends; it will be available in two lengths, 4 ft (1.2m) and 15 ft (4.6m). The cable that connects the power supply to the vehicle battery will have a connector on the power supply end and no connector on the battery end; it will be a minimum of 25-ft(7.6m): 7. The data-encoded emitter will be equipped with a disable input that,when activated,will cease unit operation, thereby eliminating the possibility of inadvertent signal transmission after the priority vehicle has arrived at its destination. The unit will start up with the disable-input active. 8. The data-encoded emitter will operate over a temperature range of-30F (-34C) to =140F (+60C). 9. The data-encoded emitter will operate over a relative humidity range of 5%to 95%. 10. The emitter shall be incorporated into the lightbar. EXCEPTION YES NO 20 1 , CERTIFICATION OF REPRESENTATIVE OF BIDDING COMPANY 1. We hereby certify that the bid submitted by this company is for apparatus that will meet all requirements set fourth in these specifications, including all equipment specified, except where exceptions are indicated on this copy. 2. Enclosed with our bid is a statement"EXCEPTIONS TO SPECIFICATIONS" explaining that we propose to provide in place of specific requirements,where we have indicated exceptions. 3. This copy of specifications and our statement of"EXCEPTIONS TO SPECIFICATIONS" shall be considered a part of the final contract. DATE NAME TITLE COMPANY EXCEPTION YES NO 21 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received and opened on July 11, 2001, for the purchase of two (2) fire pumper trucks for the Omaha Fire Department's use; and, WHEREAS, the bid of Toyne, in the total amount of $528,810.00 is the lowest and best bid and meets specifications, attached hereto and by this reference made a part hereof; and, WHEREAS, the contractor has on file a current Annual Contract Compliance Report Form (CC-1), and the Human Relations Director will monitor the contract to ensure compliance with the contract compliance ordinance. NOW, THEREFORE, BE IT RESOLVED... THAT, the bid of Toyne, in the total amount of $ 528,810.00 is accepted as the lowest and best bid, and the Purchasing Agent is directed to issue a Purchase Order for the purchase of two (2) fire pumper trucks in accordance with specifications, said sum to be paid from the 2000 Public Safety Bond, Agency 131, Organization 1315, year 2001 funding. APPROVED AS TO FO : /Y—a/ CITY ATTORNEY DATE P:\OFD\12125z.doc • By Co cilmem er Adopted AUG Q 6'O Civrig k-O/ ,City Clerk Approved..hl4 :/ ,.. '--9 0/ Mayor • / o CD / 7 ? . / k R 0 L ? gym0 \ � � � > 0 CD ± g §• \ c co PI-ƒ 0 Q CD ƒ7 \ 7 % & . . ? 5' 6 9 . = 3 . m -. / . 7 \ 9 \ / ietm 0 C \ CI' —' o — . • 0 0 ƒ CD A . ¥ & § _ 0 « g ` 0 R = § . CD • . � ° I : .