SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND...

87
Hopewell Borough Fire District #1 1 Borough of Hopewell Mercer County New Jersey SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND CONTRACT DOCUMENTS FOR PURCHASE OF FIRE TANKER Bids Due: Wednesday, April 11, 2012 Time: 7:30 p.m. Place: Hopewell Fire Department Meeting Room of the Board of Fire Commissioners 4 Columbia Ave Hopewell, NJ 08525 Phone: (609) 466-0060 Fax: (609) 466-8590

Transcript of SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND...

Page 1: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

1

Borough of Hopewell Mercer County

New Jersey

SPECIFICATIONS, INSTRUCTIONS TO BIDDERS

AND CONTRACT DOCUMENTS FOR

PURCHASE OF FIRE TANKER

Bids Due: Wednesday, April 11, 2012 Time: 7:30 p.m.

Place: Hopewell Fire Department

Meeting Room of the Board of Fire Commissioners

4 Columbia Ave Hopewell, NJ 08525

Phone: (609) 466-0060 Fax: (609) 466-8590

Page 2: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

2

Table of Contents:

Section 1 – Legal Requirements …………………………..………………. 3 Section 2 – Technical Specifications …………………………………….. 24 Section 3 – Additional Options ……………………………………….….. 74 Section 4 – Exhibits, Appendices, and Submissions ……………………... 76

Page 3: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

3

SECTION 1 – LEGAL REQUIREMENTS

Page 4: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

4

SECTION I – SUBMISSION / WITHDRAWAL OF BIDS

A. Sealed bids for the manufacture and delivery of a custom fire tanker apparatus will be received by the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, in the County of Mercer, New Jersey (the “Board”), in accordance with public advertisement as required by law, a copy of which Notice being attached hereto and made a part of this Invitation for Bids (IFB) and specifications. The Board is the sole contact for all purposes of this IFB.

B. Bids will be received, opened and read aloud in the meeting room of the Board at the Hopewell Borough Fire Department firehouse at 4 Columbia Avenue, Hopewell, NJ 08525, on WEDNESDAY, APRIL 11, 2012, at 7:30 p.m. prevailing time, as stated in the Notice to Bidders.

C. Each bid shall be submitted in a sealed envelope: (1) addressed to the Board, (2) bearing the name and address of the bidder written on the face of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating the date and bid opening time.

If the bid is presented in person it shall be submitted and received by the Commissioners at the above address between the hours of 7:15 and 7:30 p.m. prevailing time. No bid will be received after 7:30 p.m.

If the bid is submitted by mail, it shall be addressed to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, 4 Columbia Avenue, P.O. Box 141, Hopewell, NJ 08525.

D. It is the bidder’s responsibility that bids are presented to the Board at

the time and at the place designated. The Board disclaims any responsibility for the loss or destruction of any bids mailed (regular or overnight)or delivered (in person or by courier)to the above address prior to the time set for bid opening. Delivery dates imprinted on bid packages and/or postmark dates will not be considered in determining the timeliness of bids. Nor will the Board consider any bids transmitted by electronic means (computer, facsimile or telephone bids, etc.) Bids received after the designated time and date will be returned unopened.

Page 5: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

5

E. Sealed bids forwarded to the Board before the time of opening of bids may withdrawn, modified, altered or amended only by written request received by the Board prior to the date and time (originally established or as rescheduled) set for bid opening. The Board is not responsible for the loss or destruction of any requests mailed or delivered other than in person to a Board member. Delivery dates or postmark dates imprinted on requests will not be considered in determining their timeliness. The bidder shall be required to produce evidence showing that the individual is or represents the principal or principals involved in the bid. No bid may be withdrawn for any reason whatsoever after the closing time for receipt of bids (7:30 p.m.). After such time a bidder may not withdraw its bid unless the Board fails to accept it within sixty (60) days from the date of bid opening.

F. No Pre-Bid Conference is required for this bid.

G. Each bidder shall submit one original and two (2) copies of its bid proposal.

H. The bidder must submit a complete response to this IFB. Partial bids

or those that do not conform to the format specified herein will not be considered.

I. Prices and amounts must be printed in ink or preferably machine-

printed, in both words and numbers. Bids containing any conditions, omissions, unexplained erasures or alterations, or irregularities of any kind may be rejected by the Board. Any changes, whiteouts, strikeouts, etc. in the bid must be initialed in ink by the person signing the bid.

J. It is mandatory, by law, that each bid proposal form give the full business name and address, business phone, fax, e-mail if available, the contact person of the bidder, and be signed by an authorized representative as follows:

1. Bids by partnerships must furnish the full name of all partners and must be signed in the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and designation of the person signing.

Page 6: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

6

2. Bids by corporations must be signed in the legal name of the corporation, followed by the name of the State in which incorporated, and must contain the signature and designation of the president, secretary or other person authorized to bind the corporation in the matter. 3. Proposals by a sole-proprietorship shall be signed by the proprietor.

4. When requested, satisfactory evidence of the authority of the person signing the proposal shall be furnished.

K. Bidders should be aware of the following statutes that represent “Truth in Contracting” laws:

a. NJSA 2C:21-34, et.seq. governs false claims and representations

by bidders. It is a serious crime for the bidder to knowingly submit a false claim and/or knowingly make a material misrepresentation.

b. NJSA 2C:27-10 provides that a person commits a crime if said

person offers a benefit to a public servant for an official act performed or to be performed by a public servant, which is a violation of official duty.

c. NJSA 2C:27-11 provides that a bidder commits a crime is said

person, directly or indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.

d. Bidders should consult the statutes or legal counsel for further

information.

L. All bids shall be on approved bid forms and in the format prescribed herein. Each bidder shall complete the attached Cover Page (Bid Proposal Page), Bid Documentation Submission Checklist, Stockholder Disclosure Certification, Acknowledgement of Receipt of Changes to Bid Documents Form, and Non-Collusion Affidavit attached to these Specifications, which shall become a vital part of the bid proposal.

Page 7: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

7

SECTION II – BID SECURITY AND BONDING REQUIREMENTS A. Each bid must be accompanied by a Bid Bond, Certified Check or

Cashier’s Check, payable unconditionally to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, in the amount of 10% of the total bid price, but not in excess of $20,000.00. The Bid Bond shall be accompanied by Power of Attorney for the full amount of the Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the Board. The check or bond of the unsuccessful bidder(s) shall be returned pursuant to NJSA 40A:11-24(a). The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required performance bond is submitted. The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract with the Board or submit an acceptable performance bond within the time specified herein. In case of failure to comply within the stated time the bid bond will be forfeited as liquidated damages because of the default. Failure to submit a bid guarantee shall result in rejection of the bid.

B. Each bidder shall also submit with its bid a Certificate (Consent of

Surety) with Power of Attorney for the full amount of the bid from a surety company authorized to do business in the State of New Jersey and acceptable to the Board stating that it will provide on behalf of the bidder a Performance Bond in the full amount of the bid. Failure to submit this Consent of Surety shall result in rejection of the bid.

C. Simultaneously with the delivery of the executed contract bidder shall

submit an executed bond in the amount of one hundred percent (100%) of the bid amount as security for the faithful performance of the contract. Failure of the contractor to complete delivery according to the contract and specifications will be cause to begin action for forfeiture of the performance bond. The performance bond shall not be released until final acceptance of the apparatus.

The performance bond shall also specifically guarantee compliance and

performance with the warranty provisions of the specifications. D. All bonds must be underwritten only by surety companies authorized

to do business in the State of New Jersey pursuant to N.J.S.A. 17:31-

Page 8: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

8

5, and only on behalf of the bidder. Bonds on behalf of salesmen, agents, or subcontractors are not acceptable. All surety companies must have a minimum A.M. Best rating of A. The purchaser may review the financial condition of the surety and accept or reject any surety in its discretion.

SECTION III – INTERPRETATION AND ADDENDA

A. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the Board. The bidder accepts the obligation to become familiar with these specifications.

B. The submission of a bid shall be considered the bidder’s representation

that it understands the requirements and conditions of these specifications and the goods to be furnished. The Board will make no allowance or concession for a bidder’s failure to examine the bid documents and specifications before submitting a bid.

C. No oral interpretation and/or clarification of the meaning of the

specifications will be made to any bidder. The Board will not be responsible for oral interpretations or clarifications which anyone presumes to make on its behalf. Any request for interpretation or clarification shall be in writing addressed to Chairman, Board of Fire Commissioners, Hopewell Borough Fire District No. 1, c/o 109 Lambertville-Hopewell Road, Hopewell, New Jersey 08525. In order to be given consideration, a written request must be received at least seven (7) business days prior to the date fixed for the opening of the bids.

Any questions which in the opinion of the Board require interpretation or clarification and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders (anyone who has submitted a bid or has received a bid package). All addenda so issued shall become part of the specifications and bid documents, and receipt shall be acknowledged by the bidder on the Acknowledgment form located in the appendices.

D. These specifications shall, in all cases, govern construction of the

apparatus, unless a properly documented Exception is approved. Should any dispute arise respecting the construction and meaning of the

Page 9: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

9

specifications, or any addenda thereto, it shall be decided by the Board of Fire Commissioners, whose decision the bidder agrees shall be final. Any bid indicating that the manufacturer’s proposal shall supersede the specifications will be considered a complete substitute specification and immediately rejected.

E. If there is a discrepancy in the bid between the dollar or quantity amount

shown in words and its equivalent in figures, the written words shall be binding.

SECTION IV - INSURANCE AND INDEMNIFICATION

A. Each bidder shall submit with its bid evidence of insurance acceptable

to the Board for general and automotive liability, property damage, and product-completed operations liability coverage in an amount acceptable to the Board. In addition, evidence of excess (umbrella) liability insurance in an amount acceptable to the Board shall also be provided. All coverage shall be with an insurance company authorized to do business in the State of New Jersey. Failure to provide this documentation may render the proposal non-responsive and the bid may be rejected.

B. The successful bidder will be required to submit with the contract a

Certificate of Insurance, naming and protecting the Board of Fire Commissioners and Hopewell Borough Fire District No. 1 as additional insured’s, in the same amounts specified in the proposal during the term of the contract. This certificate shall be from the prime builder only – certificates submitted from various sub-contractors in order to reach the stated amount of insurance will not be acceptable. The Certificate must be an original. Submission of a photocopy or a Certificate that does not properly name the additional insured’s will not meet the requirements of these specifications.

C. The successful bidder also will be required to submit evidence of

Workers Compensation Insurance at the time of contracting with the Board, covering all employees engaged in the performance of the contract, pursuant to N.J.S.A. 34:15-12(a) and N.J.A.C. 12:235-1.6, which insurance the bidder warrants shall remain in effect throughout the life of the contract.

Page 10: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

10

D. The successful bidder shall defend and hold harmless the Board for any and all suits and assume all liability for the use and performance of any patented process, device, or article forming a part of the apparatus or any appliance furnished under the contract.

E. The successful bidder shall indemnify and hold harmless the Board

from all claims, suits or actions, and from liability, damages or costs of every name and description to which the Board may be subjected by reason of injury to the person or property of another, or the property of the purchaser, resulting from acts or omissions on the part of the bidder, the bidder’s servants, agents, or subcontractors in the performance of work under the contract, as well as from any improper or defective materials or machinery, implements or appliances used in the performance of the contract.

F. The bidder shall indemnify and hold the purchaser harmless from any

liability to its employees and subcontractors/suppliers concerning workers’ compensation claims, and/or for payment for work performed or materials supplied arising out of the performance of the contract.

SECTION V – PRICING INFORMATION FOR PREPARATION OF

BIDS A. The Board is an exempt organization within the terms of the New Jersey

State Sales and Use Tax Act. It is exempt from any local, state or federal sales, use or excise tax.

B. The bidder shall be responsible for obtaining any applicable permits or

licenses from any government entity that has jurisdiction to require same. All bids submitted shall have included this cost.

C. The total price set forth on the Bid Proposal Page for the manufacture

and delivery of the apparatus must include all items set forth in these specifications. Listing any item or items contained in these specifications, except the “Additional Options” enumerated at the end of the technical specifications, as an extra cost will be cause for rejection of the bid.

Page 11: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

11

The individual prices for the “Additional Options” shall be set forth separately on a page entitled “Additional Options” and attached to the bid proposal.

D. Payment terms, including any required prepayments or progress

payments, must be explained in detail and clearly indicated on the Bid Proposal Page.

E. The bidder should include with its bid a statement of all discounts

available. This may include, but not be limited to discounts for pre-payment or progress payments during manufacture, and cash discounts.

SECTION VI – LEASE-PURCHASE

A. The bidder must include with its bid a copy of its current lease-purchase

plan. B. The lease-purchase program must provide options for lease terms of

five, seven, and ten years; provide an option to purchase and provide that lease payments may be credited towards the purchase price if the Board, at its sole option, decides to purchase the apparatus; provide that any lease shall contain a clause making it subject to the availability and appropriation annually of sufficient funds as may be required to meet the Board’s extended obligation, or shall contain an annual cancellation clause.

C. The bidder must state whether there is a pre-payment or early payoff

penalty involved with the lease-purchase plan.

SECTION VII - STATUTORY AND OTHER REQUIREMENTS A. MANDATORY AFFIRMATIVE ACTION CERTIFICATION No firm may be issued a contract unless it complies with the affirmative

action provisions of the New Jersey Department of Treasury Equal Employment Opportunities and Affirmative Action Regulations (NJSA 10:5-31 and NJAC 17:27-1 et seq., as amended supplemented or updated, and Federal employment and discrimination laws as the same may be applicable to the bidder.

Page 12: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

12

Bidder shall review “Exhibit A” hereto attached, the full required regulatory text, and shall submit to the Board, after notification of award but prior to execution of any contract, one of the following three documents as forms of evidence of compliance:

1. A photocopy of a valid letter that the bidder is operating under an existing Federally approved or sanctioned affirmative action program (good for one year from the date of the letter); or

2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with NJAC 17:27- 4; or

3. A photocopy of an Employee Information Report -Form AA302- completed in accordance with NJAC 17:27-4(form can be downloaded at www.state.nj.us/treasury/purchase/forms/AA_%20Supplement.pdf). A bid shall automatically be rejected as non-responsive if the contractor fails to comply with the requirements of NJSA 10:5-31 and NJAC 17:27.

B. AMERICANS WITH DISABILITIES ACT OF 1990 Discrimination on the basis of disability is prohibited. Bidder shall read

the Americans With Disabilities language attached hereto as “Exhibit B” and agrees that the provisions of Title II of the Act will be made a part of any contract awarded in response to this request for proposals. Each bidder shall be obligated to comply with the Act and agrees to hold the Board harmless for any claims arising thereunder.

C. STOCKHOLDER DISCLOSURE (NJSA 52:25-24.2) (Forms in

appendix) No corporation or partnership shall be awarded any contract for the

performance of any work or the furnishing of any goods and services, unless, prior to the receipt of the bid or accompanying the bid of said corporation or partnership, bidders shall submit a statement setting forth the names and addresses of all stockholders in the corporation or partnership who own ten percent or more of its stock of any class, or of all individual partners in the partnership who own a ten percent or greater interest therein. This disclosure shall be completed and attached

Page 13: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

13

to the bid proposal. This requirement applies to all forms of corporations and partnerships, including, but not limited to, limited partnerships, limited liability corporations, limited liability partnerships and Subchapter S corporations. Failure to submit a stockholder disclosure document shall result in rejection of the bid.

D. PROOF OF BUSINESS REGISTRATION (NJSA 52:32-44)

Each business entity must submit with its bid proposal proof of business registration, that is, a copy of a BUSINESS REGISTRATION CERTIFICATE (BRC) issued by the New Jersey Division of Revenue. Failure to submit will, by law, result in immediate rejection of the bid proposal. Information on how to obtain a certificate is available at www.nj.gov/njbgs or by phone at (609) 292-1730.

NJSA 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract:

1) The contractor shall provide written notice to its

subcontractors and suppliers of their responsibility to submit proof of business registration to the contractor.

2) Before final payment on the contract is made, the contractor

shall submit to the contracting agency an accurate list of all subcontractors or supplier used in the fulfillment of the contract, or shall attest that no subcontractors were used.

3) During the term of the contract, the contractor and each of its

affiliates shall collect and remit, and shall notify all subcontractors and each of their affiliates that they must collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act (NJSA 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State, regardless of whether the tangible personal property is intended for a contract with a contracting agency.

A contractor, subcontractor or supplier that fails to provide proof of

business registration or provides false business registration information

Page 14: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

14

shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) 292-1730.

E. NON-COLLUSION AFFIDAVIT A Non-Collusion Affidavit, included in the appendix, shall be properly executed and submitted with the bid proposal. F. PAY TO PLAY

Starting in January, 2007, business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to NJSA 19:44A-20.27 if they receive contracts in excess of $50,000 from public entities in a calendar year.

Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC by phone at 888-313-3532 or at www.elec.state.nj.us.

F. CONFLICT OF INTEREST Each bidder must comply with the New Jersey Conflict of Interest Law,

NJSA 52:13D-12, et seq. If the low or successful bidder is a member of the Legislature, or a State, County or Municipal employee, or if the bidder is a business entity of which more than ten percent (10%) is owned or controlled by a member of the Legislature or a State, County or Municipal officer or employee, approval of the Joint Legislative Committee on Ethical Standards or the Executive Committee on Ethical Standards, as the case may be, must be received by the Board within ten (10) days of notice to the bidder that its bid was the low or successful bid. Failure to comply with the above or any provision of the New Jersey Conflict of Interest Law will result in disqualification of the bid. The bidder is to detail this information on the “Stockholder Disclosure Form” located in the Appendices hereof.

Page 15: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

15

SECTION VIII – PROTEST AGAINST AWARD

A. The Board will notify all bidders in writing of the most responsive

bid. Any objection to the decision of the Board must be submitted in writing to the Board within five (5) days of receipt of said notification. Any objection filed must set forth specific grounds for challenging the award.

SECTION IX - CONTRACT INFORMATION

A. The successful bidder (vendor) shall assume sole responsibility for

the vehicle offered in the bid. The Board will consider the selected vendor to be the sole point of contact with regard to all matters associated with the specifications and contract.

B. All bids shall remain firm for a period of sixty (60) days from the date of the bid opening. The Board reserves the right to reject any or all bids, in whole or in part, within sixty (60) days after the opening thereof.

C. The successful bidder shall enter into a contract with the Board for

the services, material or equipment to be furnished not later than twenty-one (21)days, Sundays and holidays excepted, or as otherwise agreed upon by the parties, after the Board notifies the successful bidder of the bid award.

D. The contents of this Invitation for Bids and Specifications and any Addenda thereto, together with the successful bidder’s Proposal as accepted by the Board, will become part of any contract awarded. Terms of the specifications/bid package prevail. Bid exceptions must be formally accepted by the Board.

E. Pursuant to requirements of N.J.A.C. 5:30-5.1, et seq., any contract resulting from this bid shall be subject to the availability and appropriation of sufficient funds annually. Additionally, any contract resulting from this bid will be contingent on approval of a financing package to be proposed by the purchaser by the Local Finance Board of the State of New Jersey.

Page 16: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

16

F. The Board reserves the right to waive minor defects, to cancel or terminate the contract at any time if this IFB and specifications or the terms of the contract are not complied with, or for any other good and sufficient reason if deemed in the best interests of the Board to do so. The Board shall incur no financial liability for cancellation or termination, and in such event the Board shall be relieved of any obligation to the bidder or its agents for any sum or sums set forth in the contract.

G. Any contract may be modified or amended only by a written instrument executed by both the Board and the vendor.

H. Board vouchers must have "Claimant's Certification and Declaration" properly executed and must be forwarded with invoice copies to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, P.O. Box 141, Hopewell, NJ 08525, prior to any payment being made by the Board of Fire Commissioners. Bidders shall be aware that it can take up to thirty (30) days to process payment.

I. Bidders are hereby put on notice that prequalification with the State of

New Jersey, or any agency or subdivision thereof, may or may not serve as a basis to qualify a bidder for the award of services herein. Bidders should not generally rely on the prequalification received from another agency for evidence of qualifications required within.

SECTION X - BRAND NAMES, STANDARDS OF QUALITY AND

PERFORMANCE

A. Whenever a brand or manufacturer’s name is used in these specifications it is included for descriptive purposes and to establish a level of quality.

B. Should the bidder offer an item or design element other than that specified it is the responsibility of the bidder to document and/or demonstrate the equivalency of the goods and services offered, the final determination of which bidder agrees shall be made by the Board. Full supporting evidence of substitutions must be furnished. Simply providing manufacturer literature will not be considered justification for the substitution.

Page 17: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

17

C. All substitutions must be listed as Exceptions for evaluation.

D. As set forth in NJSA 40A:11-18, only manufactured materials and products of the United States, wherever available, shall be furnished. Further, preference will be given to bids of companies organized and/or incorporated in the United States of America. The entire apparatus shall be assembled within the borders of the Continental United States.

E. The bidder and each subcontractor (if any) shall warrant its

adherence to all requirements of applicable local, state and federal laws, regulations and safety standards relating to the construction of commercial vehicles as well as of fire apparatus in effect at the time of the bid. Should these specifications be inconsistent in any way with these laws, regulations or standards as in existence now, or at any time during the bidding process, the bidder shall specifically set forth each inconsistency in its bid proposal. Further, the successful bidder agrees to notify the purchaser in writing of any change or amendment to these laws, regulations or standards which render the specifications inconsistent therewith during the manufacturing process.

SECTION XI – RELIABILITY OF THE BIDDER

A. The manufacturer must be satisfactory to the Board from the standpoint of experience, reliability, and demonstrated ability to manufacture equipment comparable as to size and type as that specified. The Board may make such investigations as it deems necessary to determine the ability, experience and reliability of the bidder/manufacturer. The bidder shall furnish the Board with all such additional information and data as the Board may request.

B. The solvency of the manufacturer is a prime concern. Bidder’s/manufacturer’s most current financial statement from Dun and Bradstreet or another nationally recognized accounting firm and annual report should be provided with each proposal to enable the purchaser to evaluate the financial ability of each manufacturer to perform the work called for in these specifications.

Page 18: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

18

C. The bidder shall state how long it or its manufacturer has been manufacturing fire apparatus of the sort called for in these specifications, and state how long the bidder has been selling and servicing fire apparatus.

D. The bidder shall provide with its proposal a list of fire departments, located in the States of New Jersey, New York or Pennsylvania, that have purchased the same type of apparatus from the bidder over the past five (5) years, including address, phone number and contact person at the fire company. No prototype or experimental apparatus will be accepted.

E. Preferably the entire job shall be done without any subcontracting. No work on this vehicle shall be subcontracted unless specifically identified in the bid proposal. If any part of the job is proposed to be performed by subcontracting, each specific element to be subcontracted, and the name, address and contact person at the subcontractor’s facility shall submitted with the bid.

SECTION XII - ABILITY TO PROVIDE SERVICE A. The experience and reliability of the factory authorized service

center is of major concern. Each bidder shall supply with its proposal, detailed information on the bidder’s ability to provide routine and emergency service on the apparatus after delivery.

The service facility must comply with the following criteria to be

considered, and must state in their “Exceptions to Specifications” each element with which they don’t comply:

1. Bidder or its representative is the authorized warranty and

service outlet for the apparatus being bid, and employs factory-trained and EVT-certified technicians. State number of employees meeting this criteria. State the number of years experience in repairing and maintaining fire apparatus of the make and type apparatus being bid.

2. Factory Authorized Service, as well as normal maintenance

and repairs, and warranty work will be available in the

Page 19: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

19

purchaser's fire station. Bidder or its representative has mobile service vans for this purpose. State the number of mobile service vans available to provide such service and maintenance. Bidders should include photos of the interior of their service vans. 3. Bidder or its representative maintains a fully-staffed, fixed service base, capable of providing all maintenance and service required of the apparatus, within a reasonable distance of purchaser's fire station. This facility provides heated, protected, indoor storage for the apparatus while service is being performed. State the name and location of this service base with the bid, the number of miles it is from Hopewell, New Jersey, and recent interior and exterior photos of the authorized New Jersey service facility.

4. Bidder or its representative is capable of providing 24-hour emergency service with EVT certified technicians, and responding to all "out of service" calls within twenty-four (24) hours of notification by purchaser. 5. Bidder has a stock of routine repair parts at the service center location cited in XII(3) above. The Board reserves the right to reject bids of vendors who, in the Board’s sole opinion, cannot produce satisfactory evidence that this inventory is available and that they can furnish promptly all other parts needed for service or repair of the apparatus. The Board reserves the right to visit the bidder’s facility for purposes of evaluation.

SECTION XIII – WARRANTY

A. Each bidder must clearly state and furnish with the bid proposal the

warranty terms and conditions under which this proposal is being offered, the minimum acceptable durations of which are set forth within.

B. All major components purchased by the manufacturer for this

apparatus shall be identified and their respective warranties listed as part of the bid proposal together with a clear indication of service and labor costs, if any, to replace defective purchased parts.

Page 20: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

20

C. Upon delivery, the bidder shall supply a full manufacturer’s warranty for the vehicle and all component parts, as well as a warranty for the

bidder’s and all subcontractors’ work, effective from the date of delivery of the vehicle. The warranty paperwork shall be delivered directly to the Hopewell Borough Board of Fire Commissioners. Failure to supply all warranties may delay processing of the vendor’s

invoice and voucher for payment. Bidder agrees that it will be the sole source and contact to resolve any and all warranty claims regarding the vehicle, the component parts and the assembly of same. The Board shall be able to look only to the bidder for satisfaction of all warranties.

D. The bidder should note if extended warranties are available.

SECTION XIV -CONSTRUCTION SAMPLE AND PARTS/TOOLS

A. Prior to the award of a bid, or at any time thereafter, each bidder may be required to present to the Purchaser for inspection, at the Hopewell Borough Fire Department firehouse, apparatus built to the same or similar construction specifications proposed by the bidder. B. As herein set forth in more detail, successful bidders must furnish complete parts lists and operating, care and maintenance instructions on all equipment to facilitate obtaining parts, kits, etc. C. Where special tools which are not normally used or available are required to service any components of the apparatus, such tools shall be provided with the apparatus.

SECTION XV - PRE-DELIVERY SERVICE A. Upon completion of the unit and its delivery to the New Jersey service center, but prior to delivery to the customer, the apparatus shall undergo a complete service with respect to changing the engine transmission oils and filter, and fuel filters. All other fluid levels shall be checked and brought to their proper levels. All chassis components shall be re-torqued as required by the manufacturer's pre-delivery inspection sheet and service bulletins. The

apparatus is not to be delivered to the fire station to begin training until this service is performed. Proof of compliance with this paragraph shall be presented at the time the apparatus is delivered to the fire station.

Page 21: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

21

SECTION XVI – DELIVERY AND LIQUIDATED DAMAGES A. The bidder must state a firm delivery time (number of calendar days from the date of contract to the date of delivery) of the completed unit on the Bid Proposal Page. Quoting a number of days after receipt of components is unacceptable. B. The apparatus shall be completely equipped as per these specifications upon arrival and on completion of the required tests shall be ready for immediate service in the fire department of the purchaser. Any and all alterations required at the scene of delivery to comply with these specifications must be done at the contractor’s expense. C. The successful bidder shall be responsible for delivery of the apparatus from its facility to the Hopewell Borough Fire Department firehouse at no expense to purchaser. The apparatus shall be DELIVERED UNDER ITS OWN POWER; rail or truck freight is not acceptable. A qualified delivery engineer representing the manufacturer shall deliver the apparatus and remain in the municipality of the purchaser for a sufficient length of time to instruct personnel in the proper operation, care and maintenance of the equipment delivered. D. The apparatus must fit inside the Hopewell Borough fire station at the time of delivery or it will not be accepted.

E. The completed apparatus shall be delivered within the time stated by the bidder on its Bid Proposal Page. Delays beyond this time will be considered unsatisfactory performance and the bidder will be responsible for damages to the Board for late delivery. As the assessment of actual damages may be

problematic, the vendor agrees to pay liquidated damages, which will be deducted from the contract price of the apparatus, in the amount of Two Hundred Dollars ($200.00) per day for each day over and above the quoted delivery date. Should the Board grant an extension of the time for delivery in writing, a failure to deliver the vehicle beyond the time of any extension(s) shall result in similar deductions being made. The liquidated damages for delay will also apply if the unit is delivered and rejected until the unit is brought into full compliance with the specifications. Any deductions allowed under this section

Page 22: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

22

shall be in addition to any other claim or remedy the Board may have against a successful bidder for a failure to comply with these specifications. SECTION XVII - REJECTION AND TERMINATION OF CONTRACT A. Failure of the apparatus to meet the test requirements of these specifications shall be cause for rejection.

B. The apparatus will be inspected upon delivery for compliance with these specifications. Deviations will not be tolerated unless they were originally listed in the bidder’s proposal. Purchaser shall have thirty (30) days from the date of delivery or from the date the apparatus is put into service, whichever is later, to inspect the vehicle for compliance. In the event that the completed apparatus fails to comply in full with these specifications, and unless within thirty (30) days of receipt of notice from the purchaser as to the failure of the apparatus to meet the specifications the bidder conforms the apparatus to the specifications in such manner as is acceptable to the purchaser, the purchaser shall have the right to reject the apparatus and incur no liability for same. Rejection shall be at the sole expense of the bidder. The fact that the purchaser keeps or stores the apparatus in its facility, or uses the apparatus during the above-specified period, shall not constitute acceptance. Insurance covering loss, theft and liability shall remain the responsibility of the bidder until formal acceptance of the apparatus is completed.

C. The Board shall not be held responsible or liable for any costs incurred by bidder in any respect for the rejection of the apparatus, and shall be relieved of all obligations to the bidder, financial or otherwise. Upon rejection, any sums paid by the purchaser to the bidder prior to rejection shall be reimbursed to purchaser in full, with interest earned, and no set-off. D. Notwithstanding the foregoing, the bidder shall not be relieved of liability to the purchaser for damages sustained by the purchaser by virtue of rejection of the apparatus pursuant to this Section XVII, or by virtue of any breach of the contract, noncompliance with the specifications, or any other default by the bidder or its agents or representatives. E. In the case of default by the vendor the purchaser may procure the manufacture of the apparatus specified herein from another source and the bidder shall be responsible for any excess cost incurred by the purchaser above that set forth in the bidder’s Bid Proposal.

Page 23: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

23

SECTION XVIII - ASSIGNMENT/APPLICABLE LAW A. The bidder shall not assign or transfer any interest in the contract without the prior written consent of the purchaser. B. If, during the life of the contract, the vendor disposes of its business by acquisition, merger, sale and/or transfer or by any means convey its interest to another party, all obligations are transferred to that new party. In this event, the new owner(s) will be required to submit all documentation/legal instruments that were required in the original bid/contract. Any change shall first be approved by the purchaser. If the purchaser does not approve, for any reason, the contract shall be deemed breached by the vendor and shall become null and void, with no liability on the part of the purchaser. C. These specifications and any contract arising herefrom shall be construed according to the laws of the State of New Jersey and the successful bidder agrees to submit to the jurisdiction of the courts of New Jersey should any issue arise hereunder.

***Technical Specifications and Additional Options Follow***

Page 24: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

24

SECTION 2 – TECHNICAL SPECIFICATIONS

Page 25: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

25

INTENT OF SPECIFICATIONS

It is the intent of these specifications to cover the furnishing and delivery to the purchaser a complete apparatus equipped as hereinafter specified. With a view of obtaining the best results and the most acceptable apparatus for service in the fire district, these specifications cover the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who shall be solely responsible for the design and construction of all features. The apparatus shall conform to the requirements of the current (at the time of bid) National Fire Protection Association Pamphlet #1901 for Motor Fire Apparatus unless otherwise specified in these specifications. Some items in the specification may exceed NFPA standards and will be considered minimum for compliance.

Bidder Complies: ___Yes ___No

STATEMENT OF EXCEPTIONS TO NFPA 1901 If, at the time of delivery, the apparatus manufacturer is not in compliance, a statement of exceptions must be provided as follows:

• The specific standard affected. • A statement describing why the manufacturer is not in

compliance. • A description of the remedy, and who the responsible party is.

The document must be signed by an officer of the company, and an authorized agent of the purchaser. NO EXCEPTIONS

Bidder Complies: ___Yes ___No

GENERAL CONSTRUCTION

The apparatus shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including filled water tank, a full complement of personnel and fire hose shall be carried without injury to the apparatus.

Page 26: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

26

Weight balance and distribution shall be in accordance with the recommendations of the International Association of Fire Chiefs and National Fire Association (or American Insurance Association). Certified Laboratories certificate shall be submitted by the manufacturer. Weight of apparatus shall meet all federal axle load laws.

Bidder Complies: ___Yes ___No

FAMA COMPLIANCE

Manufacturer must be a current member of the Fire Apparatus Manufacturer's Association.

Bidder Complies: ___Yes ___No

QUALITY AND WORKMANSHIP

The design of the apparatus must embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation (including both pumping and driving) and symmetrical proportions. Construction must be rugged and ample safety factors must be provided to carry loads as specified and to meet both on and off road requirements and speed as set forth under "Performance Test and Requirements."

Bidder Complies: ___Yes ___No

PERFORMANCE TESTS AND REQUIREMENTS

A road test shall be documented with the apparatus fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles shall run quietly and free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, shall be approximately 66% on the rear axle. The successful bidder shall furnish a weight certification showing weight on the front and rear axle, and the total weight of the completed apparatus at the time of delivery.

Page 27: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

27

A. The apparatus must be capable of accelerating to 30 MPH from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed engine RPM.

Bidder Complies: ___Yes ___No

B. The service brakes shall be capable of stopping the fully loaded vehicle within 35 feet from a speed of 25 MPH on a level asphalt highway.

Bidder Complies: ___Yes ___No

C. The apparatus, fully loaded, shall be capable of obtaining a speed of 50 MPH on a level highway with the engine not exceeding 95% of its governed RPM (full load).

Bidder Complies: ___Yes ___No

D. The apparatus shall be tested and approved by a qualified testing agency in accordance with their standard practices for pumping engines.

Bidder Complies: ___Yes ___No

E. The contractor shall furnish copies of the Pump Manufacturer's Certification of Hydrostatic Test (if applicable), the Engine Manufacturer's current Certified Brake Horsepower Curve and the Manufacturer's Record of Construction Details.

Bidder Complies: ___Yes ___No

FAILURE TO MEET TESTS

In the event the apparatus fails to meet the test requirements of these specifications on the first trial, a second trial may be made at the option of the bidder within thirty (30) days of the date of the first trials. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Permission to keep and/or store the apparatus in any building owned or occupied by the purchaser shall not constitute acceptance of same.

Bidder Complies: ___Yes ___No

EXCEPTIONS TO SPECIFICATIONS

The following specifications shall be strictly adhered to. Exceptions shall be considered if they are deemed equal to or superior to the specifications,

Page 28: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

28

provided they are fully explained on a separate page entitled “EXCEPTIONS TO SPECIFICATIONS." Exceptions shall be listed by page and paragraph. Failure to denote exceptions in the above manner shall result in immediate rejection of the proposal. In addition a general statement taking "TOTAL EXCEPTION" to the specifications shall result in immediate rejection of bid.

Bidder Complies: ___Yes ___No

CONTRACTOR SPECIFICATIONS Each bid shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract must conform. Computer run-off sheets are not acceptable as descriptive literature. The specifications shall indicate size, type, model and make of all component parts and equipment.

Bidder Complies: ___Yes ___No

PROPOSAL DRAWING

A general layout drawing depicting the apparatus layout and appearance shall be provided with the bid. The drawing shall consist of left side, right side, frontal and rear elevation views. Apparatus equipped with a fire pump, shall have a general layout view of the pump operators panel scaled the same as the elevation views. The drawing shall be a depiction of the actual apparatus proposed and not of a generic similar product.

Bidder Complies: ___Yes ___No

APPROVAL DRAWING

After the award of bid and pre-construction conference, a detailed layout drawing depicting the apparatus layout and appearance including any changes agreed upon shall be provided for customer review and signature. The drawing shall become part of the contract documents. The drawing shall consist of left side, right side, frontal and rear elevation views. Apparatus

Page 29: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

29

equipped with a fire pump, shall have a general layout view of the pump operators panel scaled the same as the elevation views.

Bidder Complies: ___Yes ___No

PRE-CONSTRUCTION CONFERENCE

After award of the contract, and prior to construction of the apparatus, a pre-construction conference shall be held at the facility of the manufacturer. A provision shall be provided in the bid price for all travel, food and lodging to accommodate four (4) Fire Department personnel.

Bidder Complies: ___Yes ___No

INSPECTION TRIPS

An inspection trip at the manufacturers’ facility prior to delivery of the completed apparatus shall be provided. Accommodations for four (4) Fire Department personnel to include all transportation, food and lodging shall be included in the bid price.

Bidder Complies: ___Yes ___No

OVERALL LENGTH

Completed apparatus must not exceed 31' in overall length. NO EXCEPTIONS

Bidder Proposal: ______”

OVERALL HEIGHT

Completed apparatus must not exceed 11' in height (including the plymovent adapter on the exhaust pipe.) NO EXCEPTIONS

Bidder Proposal: ______”

CHASSIS

A Kenworth T800 2 door chassis shall be provided with a tandem rear axle. The chassis shall be designed and manufactured for heavy-duty service with adequate strength and capacity of all components for the intended load to be sustained and the type of service required. A manufacturer's specification sheet is labeled and attached at the end of these 'technical specifications'. The elements contained therein are

Page 30: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

30

incorporated into these specifications and are to be considered essential to the chassis construction, except insofar as they may be specifically contradicted in paragraphs below.

Bidder Complies: ___Yes ___No

CAB The cab shall be a two-door 2-person cab.

Bidder Complies: ___Yes ___No

FRAME RAILS The main chassis frame rails shall consist of 120,000 PSI Yield heat-treated alloy steel. 10.75" x 3.50" x 0.375". There shall be a full steel insert provided.

Bidder Complies: ___Yes ___No

TOW HOOK, FRONT

Two (2) painted tow hooks shall be mounted inside the chassis frame rail. Bidder Complies: ___Yes ___No

CHASSIS PREPARATION

The commercial chassis shall be specifically converted for Fire/Rescue applications and shall meet the most current NFPA standards at time of bid.

Bidder Complies: ___Yes ___No

POWER DOOR WINDOWS & LOCKS Both cab entry doors shall have power windows and power door locks. Each door shall be individually operated and the driver’s position shall have master control.

Bidder Complies: ___Yes ___No

AIR HORNS

Two (2), Grover Stuttertone chrome plated air horns, shall be mounted on each side of the hood. The air horns shall be controlled by the horn ring and an officer's side foot switch. A switch on the dash shall be provided to choose between the electric horn and the air horns.

Page 31: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

31

A push button switch shall be provided on pump operator’s panel to activate the air horns. A pressure protection valve shall be placed in-line to prevent the chassis air supply from being depleted.

Bidder Complies: ___Yes ___No

ALTERNATOR

A 270 amp Prestolite/Leece Neville alternator shall be provided with serpentine belt. A low voltage alarm, audible and visual, shall be provided.

Bidder Complies: ___Yes ___No

FRONT AXLE & SUSPENSION The front axle and suspension shall be rated at 20,000 lbs.

Bidder Complies: ___Yes ___No

REAR AXLE & SUSPENSION

The tandem rear axle and suspension shall be rated at 52,000 pounds. Bidder Complies: ___Yes ___No

LOCKING REAR DIFFERENTIALS

The rear axles shall have full (100%) locking differentials capabilities.

Bidder Complies: ___Yes ___No

BATTERIES The battery system shall be a single system consisting of three negative ground, 12 volt Group 31 MHD batteries, cranking performance of 925 CCA each. The batteries shall be installed in a vented battery box under the passenger cab seat. The batteries shall be wired directly to starter motor and alternator.

Bidder Complies: ___Yes ___No

Page 32: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

32

BATTERY CHARGING

A Kussmaul Auto Charge 1200 battery system charger shall be provided. The Auto Charge 1200 is a fully automatic battery charger with a very high output for vehicles with a single battery system. A single bar graph display is provided to indicate the state of charge of the battery system. The rated output shall be 40 amps for the vehicle battery system. A Kussmaul Model 091-55-20-120 super electric auto-eject with weatherproof red cover and power interrupt shall be provided.

Bidder Complies: ___Yes ___No

BRAKES (Front) The front brakes shall be S-cam drum style. They shall be 16.5" x 5" with heavy-duty return springs, and a double anchor pin design. They shall also have quick-change shoes for fast easy brake relining.

Bidder Complies: ___Yes ___No

BRAKES (Rear) The rear brakes shall be S-cam drum style. They shall be 16.5" x 7" with heavy-duty return springs, and a double anchor pin design. They shall also have quick-change shoes for fast easy brake relining.

Bidder Complies: ___Yes ___No

AIR AUTO-EJECT A Kussmaul Model 091-28 auto-eject with female coupling shall be provided.

Bidder Complies: ___Yes ___No

AIR BRAKE SYSTEM The vehicle shall be equipped with air-operated brakes. The system shall meet or exceed the design and performance requirements of current FMVSS-121 and test requirements of current NFPA 1901 standards. Each wheel shall have a separate brake chamber and automatic slack adjusters. A dual treadle valve shall split the braking power between the front and rear systems. All main brake lines shall be color-coded nylon type. A Bendix AD-9 air dryer shall be provided.

Page 33: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

33

The air system shall be provided with a rapid build-up feature, designed to meet current NFPA 1901 requirements. A Bendix Tu-Flo 550 13.2 CFM capacity or equivalent shall be provided. The system shall be designed so the vehicle can be moved within 60 seconds of startup and shall provide sufficient air pressure so that the apparatus has no brake drag and is able to stop under the intended operating conditions following the 60-second buildup time. A spring actuated air release emergency/parking brake shall be provided on the rear axle. One (1) parking brake control shall be provided and located on the cab dash within easy reach of the driver and passenger. The parking brake shall automatically apply at 35 ±10 PSI reservoir pressure. A Meritor WABCO IR-2 Inversion Relay Valve, supplied by both the Primary and Secondary air systems, shall be used to activate the parking brake and to provide parking brake modulation in the event of a primary air system failure. Accessories plumbed from the air system shall go through a pressure protection valve and to a manifold so that if accessories fail they shall not interfere with the air brake system.

Bidder Complies: ___Yes ___No ANTI LOCK BRAKING SYSTEM (ABS)

A Bendix ABS system shall be provided to improve vehicle stability and control by reducing wheel lock-up during braking. This braking system shall be fitted to axles and all electrical connections shall be environmentally sealed from water and weather and be vibration resistant. The system shall constantly monitor wheel behavior during braking. Sensors on each wheel transmit wheel speed data to an electronic processor, which shall sense approaching wheel lock and instantly modulate brake pressure up to 5 times per second to prevent wheel lock-up. Each wheel shall be individually controlled. To improve field performance, the system shall be equipped with a dual circuit design. The system circuits shall be configured in a diagonal pattern. Should a malfunction occur, that circuit shall revert to normal braking action. A warning light at the driver's instrument panel shall indicate malfunction to the operator.

Bidder Complies: ___Yes ___No

Page 34: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

34

ELECTRONIC STABILITY CONTROL SYSTEM

An Arvin Meritor / Wabco Electronic Stability Control (ESC) system shall be provided and installed.

Bidder Complies: ___Yes ___No

FRONT BUMPER

A full width, aerodynamic, chrome plated steel bumper with a 0.142" material thickness shall be provided.

Bidder Complies: ___Yes ___No

ENGINE A Cummins ISX 15, 500hp @ 1800RPM diesel engine shall be provided.

Bidder Complies: ___Yes ___No

STARTER A Paccar 12v starter shall be provided.

Bidder Complies: ___Yes ___No

EXHAUST BRAKE A Jake brake shall be provided.

Bidder Complies: ___Yes ___No

TRANSMISSION

An Allison 4500 EVS automatic transmission with PTO drive gear shall be provided.

Bidder Complies: ___Yes ___No

COOLING PACKAGE

A 1440 sq. in. cooling module shall be provided. Bidder Complies: ___Yes ___No

AIR CLEANER

Page 35: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

35

A power core, engine mount, 10in air cleaner with ember separator shall be provided.

Bidder Complies: ___Yes ___No

FUEL TANK A 75 gallon aluminum fuel tank shall be provided, mounted left side frame.

Bidder Complies: ___Yes ___No

DIESEL EXHAUST FLUID TANK A 5.6 gallon DEF tank shall be provided, located under the cab, left side.

Bidder Complies: ___Yes ___No

FUEL/WATER SEPARATOR A Fleetguard FS1003 fuel/water separator shall be provided.

Bidder Complies: ___Yes ___No

EXHAUST SYSTEM There shall be a vertical exhaust stack on the Right side. Tip shall accommodate a Plymo vent system.

Bidder Complies: ___Yes ___No

CAB INSTRUMENTATION & CONTROLS

Gauge Cluster

At a minimum, the gauge cluster shall consist of the following gauges: • Electronic speedometer with odometer, trip miles, trip hours, and

engine hours • Tachometer • Engine Oil Pressure • Engine Oil Temperature • Water Temperature • Fuel Level • Voltmeter • Allison Transmission Temperature

Page 36: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

36

A fault code warning system that shall audibly and visually indicate low fuel, low oil pressure, high engine coolant temp, low engine coolant level, and low battery voltage, shall be provided for each function. An air cleaner restriction gauge {filter-minder} with bezel shall be mounted on the instrument panel.

Bidder Complies: ___Yes ___No

Switches & Controls Controls shall be overhead or on dash as much as possible. Provisions shall be made for a center console for mounting of radios, switches and siren if needed. The console shall also have a storage area for maps and binders that will be easily accessible from the drive and passenger positions of the cab. To be determined at pre-build.

At a minimum, the following switches and controls shall be provided:

• Keyless Starter Switch Bidder Complies: ___Yes ___No

• Emissions System Regeneration Switch Bidder Complies: ___Yes ___No

• Hazard Warning Light Switch Bidder Complies: ___Yes ___No

• Headlight Dimmer Switch Bidder Complies: ___Yes ___No

• Electric DOT Horn Switch Bidder Complies: ___Yes ___No

• Parking Light Switch Bidder Complies: ___Yes ___No

• Emergency Master Bidder Complies: ___Yes ___No

• Siren/Horn Ring Selector Switch Bidder Complies: ___Yes ___No

• One (1) 12-volt Ignition Power Point Bidder Complies: ___Yes ___No

• High Idle Switch Bidder Complies: ___Yes ___No

• Jake Brake Switch High/Low/Off Bidder Complies: ___Yes ___No

Page 37: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

37

The windshield wipers shall be equipped with a 2-speed switch with wash and intermittent feature (5 pre-set delays). A special feature shall force the wipers to the slowest intermittent speed when the parking brake is set, and wipers are left on for a predetermined time.

Bidder Complies: ___Yes ___No

Heat /Air Conditioner / Defroster

A heater / defroster with air conditioning shall be provided. The controls shall be located near the center dash, within reach of the driver or passenger.

Bidder Complies: ___Yes ___No

HIGH IDLE

The engine shall have a "high idle" switch on the dash that shall maintain an engine RPM of 1,000. The switch shall be installed at the cab instrument panel for activation/deactivation. The "high idle" mode shall become operational only when the parking brake is on and the truck transmission is in neutral.

Bidder Complies: ___Yes ___No

AM/FM CD STEREO

An AM/FM stereo with CD player shall be provided with weather band and clock. The system shall include front and rear auxiliary input plus USB port. Four (4) coaxial speakers shall be provided.

Bidder Complies: ___Yes ___No

VEHICLE DATA RECORDER A FRC vehicle data recorder as required by the 2009 edition of NFPA 1901 shall be installed. Vehicle data shall be sampled at the rate of 1 second per 48 hours, and 1 minute per 100 engine hours. Software shall be provided to allow the fire department to collect the data as needed.

Bidder Complies: ___Yes ___No

CAB INTERIOR The cab interior shall consist of the following:

Page 38: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

38

• Cloth covered molded plastic trim panels, shall cover all exposed

Interior sheet metal. A soft padded cloth headliner shall cover the roof.

Bidder Complies: ___Yes ___No • A molded plastic overhead console with dual storage pockets and

retainer nets and radio pocket. Bidder Complies: ___Yes ___No

• Molded plastic door trim panels and armrests, shall be provided for all doors. The driver’s door shall be provided with a full-length storage pocket.

Bidder Complies: ___Yes ___No • No less than 96 square inches of reflective material on each interior

cab door. Bidder Complies: ___Yes ___No

• Black rubber floor matting. Bidder Complies: ___Yes ___No

• Two (2) padded vinyl sun visors shall be provided integral with the overhead console.

Bidder Complies: ___Yes ___No • Each cab entry door shall be provided with a safety yellow grab

handle. Bidder Complies: ___Yes ___No

• A rectangular, door activated, timed theater dimming, center mounted, dome light shall be provided and integral to console.

Bidder Complies: ___Yes ___No • A 2-spoke, 18" diameter, black, steering wheel.

Bidder Complies: ___Yes ___No

EXTERIOR CAB FEATURES

DOT Lighting At a minimum, the following lighting shall be provided to comply to current FMVSS requirements:

• Five (5) flush mounted clearance/marker lights • Parking lights integral with the front turn signals and rear tail lights • Front turn signals.

Bidder Complies: ___Yes ___No

Page 39: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

39

The chassis headlights shall consist of two (2), halogen composite, aero designed light housings, with daytime running lights. The headlights shall automatically activate if the windshield wipers are turned on.

Bidder Complies: ___Yes ___No

Cab Handrails There shall be a handrail provided and installed, at each cab entrance. The handrails shall be constructed of anodized, heavy wall extruded aluminum, with a rubber insert. Each handrail shall provide sufficient space to allow for a gloved hand to grip the rail.

Bidder Complies: ___Yes ___No

MIRRORS Two (2) Lang Mekra or equivalent chrome plated aero style main and convex mirrors shall be installed on each side of the vehicle. The mirror brackets shall be the “breakaway” style.

Bidder Complies: ___Yes ___No The main mirrors shall be 4-way remote adjustable with heat, with 7" x 16" chromed flat glass. The convex shall be 6" x 8" surface chromed radius glass.

Bidder Complies: ___Yes ___No The mirrors shall be equipped with an amber LED clearance light.

Bidder Complies: ___Yes ___No A Lang Mekra, or equivalent 6” x 10” convex, look down mirror shall be mounted at the top of the passenger’s door.

Bidder Complies: ___Yes ___No

HELMET STORAGE The helmets shall be stowed in a compartment. A placard shall be provided for each riding position warning that injury may occur if helmets are worn while seated.

Bidder Complies: ___Yes ___No

Page 40: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

40

SEAT BELT WARNING SYSTEM

An FRC SBA 310 seat belt warning system shall be provided, and shall monitor each seating position. Each seat shall be supplied with a sensor that, in conjunction with the display module located on the dash, shall determine when the seat belt was fastened and if the seat is occupied. An icon shall represent that the seat is properly occupied. An audible and visual alarm shall be activated if the seat is occupied and/or the belt is not fastened in the proper sequence.

Bidder Complies: ___Yes ___No

DRIVER’S SEAT

The driver’s seat shall be a high back with air suspension and shall have a red, three point retractable seatbelt.

Bidder Complies: ___Yes ___No

PASSENGER’S SEAT The passenger’s seat shall be fixed suspension and equipped with a three point red, three point retractable seatbelt.

Bidder Complies: ___Yes ___No

TIRE PRESSURE MONITOR

A Real Wheels LED tire pressure sensor shall be provided for each wheel. The pressure sensor shall indicate if a particular tire is not properly inflated. A total of ten (10) indicators shall be provided.

Bidder Complies: ___Yes ___No

FRONT TIRES The front tires shall be Bridgestone M844F 385/65R22.5, 18PR.

Bidder Complies: ___Yes ___No

REAR TIRES The rear tires shall be Bridgestone M843 12R22.5, 16PR.

Bidder Complies: ___Yes ___No

Page 41: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

41

WHEELS Aluminum wheels shall be provided for the front and for the inside and outside of the rear wheels. The aluminum wheels shall match the tire and axle capacities of the apparatus.

Bidder Complies: ___Yes ___No

MUD FLAPS Hard rubber mud flaps shall be provided for front and rear tires.

Bidder Complies: ___Yes ___No

LUG NUT CAPS Chrome plated lug nut caps shall be provided for the front and rear wheels.

Bidder Complies: ___Yes ___No

TOW EYES (Rear) There shall be two tow eyes attached directly to the chassis frame rail under the rear compartment and shall be chromate acid etched for superior corrosion resistance.

Bidder Complies: ___Yes ___No

WHEELBASE

The chassis wheelbase shall be approximately 215". Bidder Complies: ___Yes ___No

MISCELLANEOUS CHASSIS EQUIPMENT

Fluid capacity plate affixed below driver's seat.

Bidder Complies: ___Yes ___No Chassis filter part number plate affixed below driver's seat.

Bidder Complies: ___Yes ___No Tire pressure label near each wheel location.

Bidder Complies: ___Yes ___No Maximum rated tire speed plaque near driver.

Bidder Complies: ___Yes ___No

Page 42: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

42

Cab occupancy capacity label affixed next to transmission shifter.

Bidder Complies: ___Yes ___No “Do not wear helmet while riding” plaque for each seating position.

Bidder Complies: ___Yes ___No NFPA compliant seat belt and standing warning plates provided.

Bidder Complies: ___Yes ___No Total GVWR with overall vehicle height plate mounted in view of driver in cab.

Bidder Complies: ___Yes ___No

PUMP AND ROLL CAPABILITY

The vehicle shall have a pump and roll capability with all necessary controls located within reach of the driver in the cab.

Bidder Complies: ___Yes ___No

FIRE PUMP HALE SIDEKICK 1000 MBP GPM The pump shall be of a size and design to mount on commercial and custom truck chassis, and have the capacity of 1000 gallons per minute. The entire pump shall be cast, manufactured and tested at the pump manufacturer's factory. The pump shall be driven by a power takeoff (PTO) mounted to the chassis transmission. The engine shall provide sufficient horsepower and RPM to enable pump to meet and exceed its rated performance. The entire pump both suction and discharge passages, shall be hydrostatically tested to a pressure of 500 PSI. The pump shall be fully tested at the pump manufacturer's factory to the performance specs as outlined by the latest NFPA standard 1902 (1901) (1903). The pump shall be free from objectionable pulsation and vibration. The pump body and related parts shall be manufactured of fine grain alloy cast iron, with a minimum tensile strength of 30,000 PSI. All moving parts in contact with water shall be of high quality bronze, stainless steel, or chrome plated. Pumps utilizing castings made of lower tensile strength cast iron are not acceptable. The pump body shall be vertically split, on a single plane, for easy removal of impeller assembly, including clearance rings. The pump shaft shall be rigidly supported by two bearings for minimum deflection. The bearings

Page 43: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

43

shall be heavy-duty, deep groove ball bearings in the gearbox and they shall be splash lubricated. The pump shall have only one mechanical seal. The mechanical seal shall be spring loaded, maintenance free and self-adjusting. Pump impeller shall be hard, fine grain bronze of the mixed flow design, accurately machined, hand ground, and individually balanced. The vanes of the impeller intake eye shall be hand ground and polished to a sharp edge, and shall be of sufficient size and design to provide ample reserve capacity utilizing minimum horsepower. The impeller clearance rings shall be bronze, easily renewable without replacing impellers or pump volute body. The pump shafts shall be electric furnace heat-treated corrosion resistant steel with a positive impeller lock. The pump shaft must be sealed with double oil seal to keep road dirt and water out of gearbox. 1/2" diameter formed safety loops shall be included on the front and rear drive shaft to protect against damage which could be caused by accidental breakage of the universal joints.

Bidder Complies: ___Yes ___No

GEARBOX

The gearbox shall be cast, manufactured and tested at the pump manufacturer's factory. Pump gearbox shall be of sufficient size to withstand the torque of the engine in pump operating conditions. The gearbox shall be designed of ample capacity for lubrication reserve and to maintain the proper operating temperature. The gearbox drive shaft shall be of heat treated chromium steel and shall withstand the torque of the engine in pump operating conditions. The gears shall be of highest quality electric furnace chrome nickel steel. Bores shall be ground to size and teeth integrated, crown-shaved and hardened to give an extremely accurate gear for long life, smooth, quiet running, and higher load carrying capability. An accurately cut spur design shall be provided. The pump ratio shall be selected by the apparatus mfg to give maximum performance with the engine, transmission, and power take-off selected. Where an automatic chassis transmission is provided and where the pump is driven by a transmission mounted PTO and is used for stationary pumping with the chassis transmission in neutral, or is used for pump and roll with the chassis transmission in any forward or reserve gear, shift indicator lights shall be provided as reflected below in (a) and (b).

Page 44: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

44

(a) Two green indicator lights in the driving compartment. One of the lights shall be energized when the pump drive has been engaged and shall be labeled "Pump Engaged". The second light shall be energized when both the pump drive has been engaged and the chassis transmission is in neutral and shall be labeled "OK to Pump." (b) One green and one red indicator light on the pump operator's panel. The green light shall be energized when both the pump drive has been engaged and the chassis transmission is in neutral. The green light shall be position adjacent to and preferably above the throttle and shall be labeled "Warning: Do Not Open Throttle Unless Light Is On". The red light shall be energized when the chassis transmission is not in neutral and the ignition switch is activated, shall be located adjacent to and preferably above the throttle and shall be labeled "Danger: Do Not Open Throttle".

Bidder Complies: ___Yes ___No

PUMP ANODE A Hale pump anode kit assembly # 529-0050-00-0 shall be provided and installed in the pump body. A minimum of two (2) anodes shall be installed one (1) in the suction side and one (1) in the discharge side of the pump.

Bidder Complies: ___Yes ___No

PUMP CERTIFICATION The pump, when dry, shall be capable of taking suction and discharging water in compliance with NFPA #1901 chapter 14. 100% of rated capacity @ 150 PSI net pump pressure.

Bidder Complies: ___Yes ___No 70% of rated capacity @ 200 PSI net pump pressure.

Bidder Complies: ___Yes ___No 50% of rated capacity @ 250 PSI net pump pressure.

Bidder Complies: ___Yes ___No

THREAD TERMINATION National Standard Thread shall terminate the inlets and outlets of the apparatus.

Bidder Complies: ___Yes ___No

Page 45: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

45

PRIMING SYSTEM

The priming pump shall be a Trident Emergency Products compressed air powered, high efficiency, multi-stage, venturi based AirPrime System. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. A single panel mounted control shall activate the priming pump and open the priming valve to the pump. The priming system shall have a five year warranty.

Bidder Complies: ___Yes ___No

THERMAL RELIEF VALVE There shall be a Hale TRV120 Thermal Relief Valve (TRV) supplied. The valve shall automatically dump a controlled amount of water to atmosphere when the pump water exceeds 120 degrees Fahrenheit. The valve shall re-set automatically. A light shall be provided at the pump panel, which shall illuminate when the pump reaches 120 degrees Fahrenheit to warn the operator that the pump is automatically dumping.

Bidder Complies: ___Yes ___No

PRESSURE GOVERNOR Apparatus shall be equipped with a Class1 Pressure Governor that is connected to the Electronic Control Module (ECM) mounted on the engine. The Governor shall operate as a pressure sensor (regulating) governor (PSG) utilizing the engine’s data for optimal resolution and response. Programmable presets for RPM and Pressure settings shall be easily configurable using the menu structure. Engine RPM, system voltage, engine oil pressure and engine temperature with audible alarm output for all shall be provided.

Bidder Complies: ___Yes ___No

INTAKE RELIEF There shall be an intake relief valve installed on the intake side of the pump. The surplus water shall be discharged away from the pump operator and terminate with Male NST hose thread. System shall be field adjustable.

Bidder Complies: ___Yes ___No

Page 46: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

46

AUXILIARY COOLER

An auxiliary cooler shall be furnished to provide additional cooling to the engine under extreme pumping conditions. Water from the pump is to be piped to the coils of the heat exchanger allowing the engine fluid to be cooled as required.

Bidder Complies: ___Yes ___No

VALVES All valves shall be manufactured by the pump manufacturer with stainless steel bodies and valve balls. The valves shall have a dual seat that can be lubricated without dismantling valves or piping. Discharge and suction valves shall be of the quarter turn, ball type design, with a locking handle. All “in-line” valves on the apparatus shall be of the quarter turn, ball type design. The valve shall be designed so that the entire valve may be serviced through a removable top cover, without disturbing the piping or valve body. The tank to pump valve shall be a 3" (76.2 mm) full flow ball valve with a combination 3" NPT. (or equal) and 4" (102 mm) flexible connection.

Bidder Complies: ___Yes ___No

PUMP CONNECTIONS All suction and discharge lines (except pump manifolds) 1" and larger shall be heavy-duty stainless steel pipe. Where vibration or chassis flexing may damage or loosen piping or where a coupling is necessary for servicing, a flexible connection shall be furnished. All lines shall be drained by a master drain valve or a separate drain provided at the connection. All individual drain lines for discharges shall be extended with a rubber hose in order to drain below the chassis frame. All water carrying gauge lines shall utilize nylon tubing.

Bidder Complies: ___Yes ___No

5" PUMP INLET One (1) 5" diameter suction port with 5" NST male threads shall be provided, on the left side of the vehicle. The inlet shall extend through the side pump panels and come with removable strainer and long handle chrome-plated cap.

Bidder Complies: ___Yes ___No

Page 47: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

47

2.5" LEFT SIDE INLET

One 2.5" gated inlet valve shall be provided on the left side pump panel. The valve shall be supplied with chrome plate female swivel, plug, chain, and removable strainer.

Bidder Complies: ___Yes ___No The valve shall attach directly to the suction side of the pump with the valve body behind the pump panel.

Bidder Complies: ___Yes ___No

TANK TO PUMP

The booster tank shall be connected to the intake side of the pump with a 1/4 turn 4" full flow valve with check valve. The valve shall be operated with an electric actuated controller with manual override at the operator's panel. The 4" tank to pump line shall run from a bottom sump into the 4" valve.

Bidder Complies: ___Yes ___No

OUTLETS The discharge valves shall be stainless steel construction and shall be of the quarter turn type and of fixed pivot design to allow for ease of operation at all pressures. The valves shall be controlled from the operator's panel. Each valve shall be supplied with 2-1/2” National Standard Threads and come with chrome plated female caps and chains. 2-1/2" or larger discharge outlet shall be supplied with a 3/4" quarter turn drain valve located at the outlet.

Bidder Complies: ___Yes ___No All 2-1/2" and larger discharges shall be supplied with a 30-degree angle down elbow.

Bidder Complies: ___Yes ___No

2-1/2” LEFT SIDE DISCHARGE Three (3) 2-1/2” gated discharge shall be located on the left side pump panel. The valve shall be of the quarter turn tork-lok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve shall be connected

Page 48: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

48

to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator’s panel shall control the side discharge.

Bidder Complies: ___Yes ___No

3" LEFT REAR OUTLET There shall be a 3" gated outlet piped to the left rear. The outlet shall be installed with proper clearance for spanner wrenches or adapters. Plumbing shall be 3" piping and a full flow 3" ball valve with the control at the pump operator's panel. Discharge shall terminate with a 3" x 5" Storz adapter and cap.

Bidder Complies: ___Yes ___No

TANK FILL A 2" tank fill shall be provided, using a quarter turn full flow ball valve controlled from the pump operator's panel.

Bidder Complies: ___Yes ___No

TANK FILL ADAPTERS

Each direct tank fill shall have a 30 degree elbow with cap and chain. One (1) shall be 2.5" NHT and one (1) shall be 5" storz.

Bidder Complies: ___Yes ___No

2.5" DIRECT TANK FILL A 2.5" direct tank fill shall be included at the rear of the apparatus. The valve shall be a Fireman’s Friend check valve. A push-pull bleeder shall be provided. The valve shall be heavy gauge stainless steel. The valve shall be installed inside the water tank to eliminate any possibility of freezing.

Bidder Complies: ___Yes ___No

5" DIRECT TANK FILL A 5" direct tank fill shall be included at the rear of the apparatus. The valve shall be a Fireman’s Friend check valve. A push-pull bleeder shall be provided. The valve shall be heavy gauge stainless steel. The valve shall be installed inside the water tank to eliminate any possibility of freezing.

Bidder Complies: ___Yes ___No

Page 49: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

49

PUMP AND GAUGE PANEL

The pump gauge panel shall be located on the left side of the apparatus. The panel shall be constructed of brushed stainless steel. The panel shall be hinged for easy access and serviceability.

Bidder Complies: ___Yes ___No

COLOR CODING Each discharge valve control, outlet, and corresponding line gauge shall be color-coded as per NFPA guidelines.

Bidder Complies: ___Yes ___No PUMP PANEL LIGHTS LED

The pump panel controls and gauges shall be adequately illuminated by a minimum of two (2) LED lights, controlled at the pump panel. One and/or all lights shall illuminate when pump is engaged.

Bidder Complies: ___Yes ___No

PUMP PANEL GAUGES AND CONTROLS

At a minimum the following shall be provided at the pump operator’s panel:

• Two (2) certified laboratory test gauge outlets. Bidder Complies: ___Yes ___No

• Push/pull pump primer control. Bidder Complies: ___Yes ___No

• Master drain control and additional drains as needed. Bidder Complies: ___Yes ___No

• A push button switch shall be provided to activate the air horns. Bidder Complies: ___Yes ___No

• Tank fill and pump cooler valve controls. Bidder Complies: ___Yes ___No

• Tank to pump valve control. Bidder Complies: ___Yes ___No

• Pump capacity rating plate. Bidder Complies: ___Yes ___No

• All discharge controls. Bidder Complies: ___Yes ___No

• Two (2) master 4-1/2” pump gauges. Bidder Complies: ___Yes ___No

Page 50: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

50

• 2-1/2” Gauges for all 1-1/2" and larger discharge lines. Bidder Complies: ___Yes ___No

4 1/2" MASTER GAUGES

Two (2) 4 1/2" Class 1 master gauges shall be provided. Each gauge shall be fully filled with pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent lens condensation and to ensure proper operation to minus 40-degrees Fahrenheit. The cases shall be temperature compensated with an internal breathing diaphragm to permit fully filled cases and to allow a rigid lens with a distortion free viewing area. To prevent internal freezing, and to keep contaminants from entering the gauge, the stem and Bourdon tube shall be filled with low temperature oil and be sealed from the water system using an isolating diaphragm located in the stem. A bright metal bezel shall be supplied for resistance to corrosion and to protect the lens and case from damage. The gauges shall be mounted next to each other adjacent to crosslay area at the right upper section of the pump operator’s panel. The intake gauge shall be to the left of the discharge gauge.

Bidder Complies: ___Yes ___No

2.5" PRESSURE GAUGES All discharge shall be equipped with 2.5" Class 1 gauges. Each gauge shall be fully filled with pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent lens condensation and to ensure proper operation to minus 40 degrees F. The cases shall be temperature compensated with an internal breathing diaphragm to permit fully filled cases and to allow a rigid lens with a distortion free viewing area. To prevent internal freezing, and to keep contaminants from entering the gauge, the stem and Bourdon tube shall be filled with low temperature oil and be sealed from the water system using an isolating diaphragm located in the stem. A bright metal bezel shall be supplied for resistance to corrosion and to protect the lens and case from damage. The gauges shall be mounted adjacent to the corresponding water outlet.

Bidder Complies: ___Yes ___No

Page 51: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

51

WATER TANK GAUGE

A FRC Tank vision water level gauge shall be provided. Water level sensing shall be through a pressure transducer.

Bidder Complies: ___Yes ___No

LARGE TANK GAUGE

Three (3) Whelen Monster LED tank level lights shall be provided. The lights shall be Whelen LED individual lights that are green, blue, amber and red to indicate water level in the booster tank. The lights shall be mounted, one each side of the pump module, as high as possible and one on the rear.

Bidder Complies: ___Yes ___No

MINI WATER TANK LEVEL GAUGE

One (1) Mini FRC Tank Level Indicator shall be installed in the cab console and provide Full, 3/4, 1/2, 1/4, and empty indication of the water tank. This gauge shall power up when the parking brake is applied.

Bidder Complies: ___Yes ___No

APPARATUS BODY The compartments shall be fabricated from 304 stainless steel and attached to the body sub frame. All compartment seams shall be sealed to prevent leakage. The compartments shall be a "Sweep-Out" style with the floor of the compartment 1” higher than the compartment opening. The compartment shall include 4" vents, two (2) each per compartment. All compartments shall be bolt together style for ease of repair.

Bidder Complies: ___Yes ___No There shall be no welding on the body compartments. NO EXCEPTIONS

Bidder Complies: ___Yes ___No

CATWALK AREA The area above the compartments and the fender area on the left and right side of the body shall include a polished aluminum diamond plate overlay. The aluminum shall form a drip edge for the body and compartments.

Bidder Complies: ___Yes ___No

Page 52: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

52

CAB-TO-AXLE LENGTH The cab-to-axle length shall be 142”.

Bidder Complies: ___Yes ___No

SUB FRAME The entire sub frame shall be constructed of Stainless Steel channel. Sub frame shall be attached to the frame with grade 8 bolts. NO EXCEPTIONS

Bidder Complies: ___Yes ___No

COMPARTMENTATION LEFT SIDE L1- There shall be a compartment ahead of the rear wheels approximately 34" wide x 36" high x 26" deep.

Bidder Complies: ___Yes ___No L2- There shall be a compartment behind the rear wheels approximately 30" wide x 36" high x 26" deep.

Bidder Complies: ___Yes ___No

COMPARTMENTATION RIGHT SIDE R1- The first compartment ahead of the rear wheels shall be approximately 50” wide x 36” high x 26” deep.

Bidder Complies: ___Yes ___No R2- The second compartment ahead of the rear wheels shall be approximately 33” wide x 36” high x 26” deep.

Bidder Complies: ___Yes ___No R3- There shall be a compartment behind the rear wheels approximately 30” wide x 36” high x 26” deep.

Bidder Complies: ___Yes ___No

ROLL-UP COMPARTMENT DOORS Compartment doors shall be equipped with AMDOR™ brand roll-up doors in a satin finish, complete with the following features:

Page 53: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

53

• 1” aluminum double wall slats with continuous ball & socket hinge joint designed to prevent water ingression and weather tight recessed dual durometer seals

• Double wall reinforced bottom panel with stainless steel lift bar latching system

• Bottom panel flange with cut-outs for ease of access with gloved hands

• Reusable slat shoes with positive snap-lock securement • Smooth interior door curtain to prevent equipment hang-ups • One-piece aluminum door track / side frame • Top gutter with non-marring seal • Non-marring recessed side seals with UV stabilizers to prevent

warpage • Dual leg bottom seal, with all wear component material to be Type 6

nylon Bidder Complies: ___Yes ___No

Door ajar switch system shall be provided by AMDOR™ and shall not include magnetic proximity based components. Switch device shall be a military grade contact switch capable of meeting MIL-S-8805 which can only be activated through positive engagement of the lift bar. Door striker shall include support beneath the lift bar to prevent door curtain bounce.

Bidder Complies: ___Yes ___No

FENDER COMPARTMENTS

There shall be two (2) SCBA AIR PACK compartments located in the fender wells of the apparatus body.

Bidder Complies: ___Yes ___No

ADJUSTABLE SHELF There shall be three (3) adjustable shelves provided and installed. The shelf shall be fabricated of at least .188" aluminum plate. The placement shall be determined at pre-build.

Bidder Complies: ___Yes ___No

Page 54: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

54

COMPARTMENT DIVIDER There shall be a vertical divider/partition provided in a compartment determined at pre-build. The divider shall be constructed of at least .188" thick smooth aluminum plate. The top and bottom of the divider shall have a formed flange bolted to the interior of the compartment, to be determined at pre-build.

Bidder Complies: ___Yes ___No

HOSE BED The main hose bed shall be located above the booster tank and shall be an integral part of the tank.

Bidder Complies: ___Yes ___No

HOSE BED DIVIDER The hose bed shall be divided by two (2) .188" aluminum partitions that are fully adjustable by sliding in tracks located at the front and rear of the hose bed. The divider shall be capable of being located as needed.

Bidder Complies: ___Yes ___No

HOSE BED COVER There shall be a red nylon/vinyl hose bed cover for the main hose bed. The cover shall be capable of being securely fastened at the front, sides and rear. Provisions shall be made to secure rear flap. Cover shall have large white reflective letters in the rear vinyl flap reading "TANKER 52".

Bidder Complies: ___Yes ___No

BODY HANDRAILS Handrails shall be constructed of type 304 stainless steel 1.25 inch diameter tubing with bright finish and knurled gripping surface. Mounting flanges shall be constructed from 7 gauge, .180 thick, stainless sheet. Each grab rail shall have 90 degree returns to flanges. The ends of grab rail shall pass through the flanges and be welded to form one structural unit. The handrails, shall be mounted using 1 ¼” SS Hex bolts, with a barrier rubber gasket at each flange. Sufficient space shall allow for a gloved hand to firmly grip the rail. The rails shall be located in the following areas:

Page 55: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

55

(Note: These are in addition to those previously mentioned in the cab section): There shall be one (1) vertical handrail at rear of the body one each side of the rear compartment.

Bidder Complies: ___Yes ___No There shall be two (2) handrails mounted horizontally, above the pump panel, one (1) on each side as large as possible.

Bidder Complies: ___Yes ___No

REAR STEPS The rear of the body shall be equipped with fixed steps. The steps shall have a surface area sufficient to provide safe footing for a booted firefighter. Thinly fabricated aluminum steps shall not be utilized. The quantity and location of steps and handrails shall meet the Current NFPA 1901 pamphlet in effect at the time the apparatus is ordered.

Bidder Complies: ___Yes ___No

RUB RAILS The body shall be equipped with anodized aluminum channel style rub rails at the sides. Rub rails shall be spaced away from the body by 1/2" polymer spacers. The rub rails shall be polished to a bright finish.

Bidder Complies: ___Yes ___No

ALUMINUM TREADPLATE

All load bearing aluminum tread plate running boards shall be no less than .155” thick bright-annealed finish. Running boards and rear step edges shall be flanged down for added strength.

Bidder Complies: ___Yes ___No Running boards shall also be flanged up to form kick plates. All non-load bearing aluminum shall be .125" thick bright annealed finish. In areas where aluminum tread plate shall function as a load-bearing surface, there shall be a heavy steel sub-structure. This shall assure that there shall be no flexing or cracking of running boards.

Page 56: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

56

The aluminum shall be insulated from the steel by closed cell foam body barrier material. Tread plate locations: 1. Skirting around front bumper.

Bidder Complies: ___Yes ___No 2. The step at the cab entrance.

Bidder Complies: ___Yes ___No 3. The jump seat steps.

Bidder Complies: ___Yes ___No 4. The body header.

Bidder Complies: ___Yes ___No 5. The running boards.

Bidder Complies: ___Yes ___No 6. The rear step.

Bidder Complies: ___Yes ___No 7. The top of the compartments.

Bidder Complies: ___Yes ___No 8. The rear of the apparatus.

Bidder Complies: ___Yes ___No 9. The rear fenders.

Bidder Complies: ___Yes ___No

WETSIDE STYLE BOOSTER TANK The water tank shall be a "T" type shape and shall have a capacity of 4,000 gallons or more.

Bidder Complies: ___Yes ___No The tank shall be fabricated to customer specifications, certified for required capacity, hydro-tested and/or electronically tested, and shall include a lifetime warranty. The tank shall be made of virgin, stress-relieved, high-impact copolymer polypropylene. Material thickness, joint design, welding processes, baffles, and support design shall be determined by the tank manufacturer and approved by purchaser.

Page 57: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

57

The tank shall be equipped with a combination pipe vent/overflow and manual fill tower with lid. The tower shall have a removable copolymer screen. Tank covers shall incorporate a minimum of (2) lifting lugs, for use with the tank empty only, consisting of 2”copolymer dowels. The dowels shall be drilled and tapped to accommodate lifting eyes with a minimum security factor of 3 to 1. The lifting dowels shall be welded to the internal partitions and extend through the covers to assist in minimizing cover flex during normal operation. There shall be one standard sump per tank. The tank shall have a suction fitting of the internal draw type, and an anti-swirl plate positioned to minimize the formation of vortices. The sump shall have one 3” FNPT drain (with plug) on the bottom. Tank baffling shall be designed to allow for specified flow rates and prevention of severe liquid load shifting during transport. All baffles are to meet and/or exceed NFPA 1901-99 standards.

Bidder Complies: ___Yes ___No

DUMP VALVES Three (3) Newton 10" x 10" Kwik dump assemblies with electric control shall be provided, one at each side of the body and one at the rear. The dumps shall be constructed of stainless steel. The electric controls shall be mounted near the dump assembly and in the cab. The dump switches shall be illuminated and control all actions of valve including open, closing, and telescoping.

Bidder Complies: ___Yes ___No A telescopic chute with electric control shall extend from each dump valve.

Bidder Complies: ___Yes ___No The chutes shall be constructed of stainless steel.

Bidder Complies: ___Yes ___No

PORTABLE TANK A 4,000 gallon Fold-A-Tank portable water tank shall be provided. The tank shall be made of 22 oz. Hypalon and shall have an aluminum frame with integral handles utilized for draining of tank.

Bidder Complies: ___Yes ___No

Page 58: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

58

PORTABLE TANK STORAGE

Two (2) Zico Quic-Lift (PTS-HA) portable tank systems shall be installed over the low side compartments, one left side, and one right side. The box shall be constructed of high-strength, light weight cast aluminum. The lift shall be powered by two (2) 1000 lb rated Warner electric actuators. The system shall include an audio and visual alarm signal when the device is in motion.

Bidder Complies: ___Yes ___No The system shall be self locking in any position and must be capable of being raised or lowered manually in the event of an electrical failure.

Bidder Complies: ___Yes ___No

PORTABLE TANK ENCLOSURE An aluminum enclosure shall be provided for each portable tank. The enclosure shall be painted to match the body color.

Bidder Complies: ___Yes ___No

FIRE RADIO

Provisions shall be made for the installation of a fire band mobile radio mounted in an area determined at pre-build in the chassis cab.

Bidder Complies: ___Yes ___No

ANTENNA MOUNTING

The two customer supplied radio antennas shall be installed in the cab roof with the coax cable run to the radio mounting area. The radio locations shall be determined at the pre-construction meeting.

Bidder Complies: ___Yes ___No

REAR VISION CAMERA SYSTEM Provided and mounted on the apparatus shall be a Safety Vision SV-CLCD-70 or equivalent camera kit. The system shall consist of one (1) cab mounted model SV-LCD70 7” LCD monitor, three (3) model SV-620 (Color) high resolution 1/3” CCD cameras (one at rear, one over each side dump), SV-

Page 59: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

59

LCD70-CBQKIT Control Boxes as needed and three (3) SV-523 65’ camera cables. The monitor shall be dash mounted in plain view of the driver.

Bidder Complies: ___Yes ___No

ELECTRICAL SYSTEM All electrical wiring in the chassis shall be XLP cross link-insulated type. Wiring is to be color-coded and include function codes every three (3) inches. Wiring harnesses shall be routed in protective, heat resistant loom, securely and neatly installed. Two power distribution centers shall be provided in central locations for greater accessibility. The power distribution centers at a minimum shall contain automatic thermal self-resetting breakers, power control relays, flashers, diode modules, daytime driving light module, and engine and transmission data links. Power distribution centers shall be composed of a system of interlocking plastic modules for ease in custom construction. The power distribution centers are function oriented. The first is to control major truck function and the second controls overhead switching and interior operations. Each module shall be single function coded and labeled to aid in troubleshooting, and shall have accessory breakers and relays for future installations. All harnesses and power distribution centers shall be electrically tested prior to installation to ensure the highest system reliability with results provided to purchaser. All external harness interfaces shall be of a triple seal type connection to ensure a proper connection. The cab/chassis and the chassis/body connection points shall be mounted in accessible locations. Complete chassis wiring schematics shall be supplied with the apparatus. The wiring harness contained on the chassis shall be designed to utilize wires of stranded copper or copper alloy of a gauge rated to carry 125% of maximum current for which the circuit is protected without exceeding 10% voltage drop across the circuit. The wiring shall be identified by color code or circuit function code, labeled at a minimum of every three (3) inches. The identification of the wiring shall be referenced on a wiring diagram. All wires conform to SAEJ1127 (Battery Cable), SAEJ1128 (Low Tension Primary Cable), SAEJ1560 (Low Tension Thin Wall Primary Cable).

Page 60: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

60

All harnesses shall be covered with moisture resistant loom with a minimum rating of 300 Degrees Fahrenheit and a flammability rating of VW-1 as defined in UL62. The covering of jacketed cable shall have a minimum rating of at least 289 degree Fahrenheit. All harnesses shall be securely installed in areas protected against heat, liquid contaminants and damage. The harness connections and terminations shall be in accord with the device manufacturers’ instructions. No connections within the harness shall utilize wire nut, insulation displacement, or insulation piercing. All circuits must conform to SAE1292. All circuits are provided with low voltage over current protective devices. Star washers shall not be used for ground connections. ICC lights shall be provided to meet D.O.T. requirements.

Bidder Complies: ___Yes ___No

BACK-UP ALARM An automatic self-adjusting electronic back-up alarm producing 87-112 db shall be installed at the rear between the frame rails. It shall operate whenever the transmission’s reverse gear is selected.

Bidder Complies: ___Yes ___No

LICENSE PLATE BRACKET

A license plate bracket shall be provided at the rear of the apparatus. A Weldon Technologies light part # 9186-23882-30 or equivalent shall be mounted directly above the license plate area for proper illumination.

Bidder Complies: ___Yes ___No

COMPARTMENT LIGHTING

Each compartment shall be equipped with two (2) LED light strips which shall provide a consistent pattern to illuminate the entire compartment.

Bidder Complies: ___Yes ___No

Page 61: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

61

TAIL/STOP/TURN LIGHTS

This assembly will consist of four (4) lights for each side of truck. All lights are to be Whelen 600 LED style. The brake/tail lights to be red and exceed SAE requirements. The turn signal shall be populated in an arrow pattern, amber in color. The backup lights are to be clear halogen. Bottom opening shall be designed to accept a 600 series warning light one red, one blue.

Bidder Complies: ___Yes ___No

LED ICC/MARKER LIGHTS

LED type ICC/marker lights shall be provided to meet D.O.T. requirements. Bidder Complies: ___Yes ___No

STEP LIGHTS

The pump module running board area shall be illuminated by Whelen 2G 4” diameter LED lights mounted one each side on the front of the body in chrome flanges.

Bidder Complies: ___Yes ___No One Weldon 2631 LED shall be mounted under each step on the rear of the body to illuminate the tailboard and the steps.

Bidder Complies: ___Yes ___No

GROUND LIGHTING The apparatus shall be equipped with lighting capable of illumination to meet NFPA requirements. Lighting shall be provided at areas under the driver and crew riding area exits and shall be automatically activated when the exit doors are opened. The ground lights shall be Truck-lite® LED model #44042C. Lighting required in other areas such as work areas, steps and walkways shall be activated when the parking brake is applied, provided the ICC lights are on.

Bidder Complies: ___Yes ___No

SCENE LIGHTS Six (6) Whelen 810CAOZU scene lights shall be provided. The scene lights shall include a clear lens and shall be mounted as follows: two (2) on the driver’s side, two (2) on the passengers, and two (2) at the rear of the

Page 62: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

62

apparatus. Three (3) switches shall be provided in the cab AND at the pump panel to activate the scene lights. Rear scene lights shall be tied to the reverse circuit.

Bidder Complies: ___Yes ___No

OPTICAL WARNING SYSTEM There shall be an optical warning system capable of two separate signaling modes during emergency operations. One mode shall signal to drivers and pedestrians that the apparatus is responding to an emergency and is calling for the right-of-way and the other mode shall signal that the apparatus is stopped and is blocking the right-of-way. Switching shall be provided that senses the position of the parking brake. A master optical warning device switch shall be provided to energize all of the optical warning devices provided. All lights shall operate at not less than the minimum flash rate per minute as specified by NFPA.

Bidder Complies: ___Yes ___No

UPPER LEVEL LED WARNING DEVICES The upper level is divided into zones A, B, C and D. At a minimum, the approved lighting package to be provided shall be as follows: FRONT: Zone A shall have one (1) Whelen Freedom 60” Model FN60QLED NFPA 1901 compliant light bar, with eight (8) LED modules. The light bar shall have four (4) red LED, four (4) blue LED and four (4) corner LED red/blue. All lenses are to be clear. Light bar shall be mounted on the cab roof.

Bidder Complies: ___Yes ___No Zone B (right side) shall be covered by the module from the light bar and the right rear stanchion beacon.

Bidder Complies: ___Yes ___No REAR: Zone C shall have two (2) Whelen Model L31 LED beacons, one red and one amber, mounted on rear stanchions level with the top of the hose bed.

Bidder Complies: ___Yes ___No

Page 63: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

63

Zone D (left side) shall be covered by the module from the light bar and the left rear stanchion beacon.

Bidder Complies: ___Yes ___No

LOWER LEVEL LED WARNING DEVICES The lower level is divided into zones A, B, C and D. At the minimum, the approved lighting package to be provided shall be as follows: FRONT: Zone A shall have two (2) Whelen 600 series one red and one blue Super LED lights mounted one each side, at the front of the apparatus.

Bidder Complies: ___Yes ___No Zone B (right side) shall have one (1) 600 series blue/red Super LED light mounted on the side of the hood, and two (2) Whelen 600 series split blue / red Super LED lights mounted on the body side over the wheel well.

Bidder Complies: ___Yes ___No REAR: Zone C shall have two (2) Whelen 600 series split blue/red Super LED lights mounted one (1) each side of the rear of the apparatus.

Bidder Complies: ___Yes ___No Zone D (left side) shall have one (1) 600 series split blue/red Super light mounted on the side of the hood, and two (2) Whelen 600 series split blue/red Super LED red lights mounted on the body side over the wheel well.

Bidder Complies: ___Yes ___No

BROW LED LIGHT

A Whelen Pioneer 12V LED flood light shall be provided on the cab roof, mounted with the light bar. The light shall be encased in a heavy-duty aluminum housing. A switch shall be located in the cab, on the dash, within easy reach of driver.

Bidder Complies: ___Yes ___No

Page 64: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

64

SIREN

One (1) Whelen Model 295 HFSA1 siren shall be installed at the cab instrument panel complete with noise canceling microphone.

Bidder Complies: ___Yes ___No

FEDERAL Q2B SIREN There shall be a Federal Signal Q2B siren mounted in the left side front bumper.

Bidder Complies: ___Yes ___No The siren shall be activated by means of a solenoid and shall include a brake with a switch located on the dash.

Bidder Complies: ___Yes ___No A siren foot switch shall be provided for both, the driver and officer, one on each side of the cab floor, labeled accordingly.

Bidder Complies: ___Yes ___No

SIREN SPEAKER

One (1) 200W Cast Products SA4201-5-A or equivalent weatherproof siren speaker shall be provided, mounted behind the bumper.

Bidder Complies: ___Yes ___No

SUCTION HOSE AND STRAINER Two (2) 15 ft. lengths of 6" lightweight (KOCHEK) fire department hard suction hose with lightweight long handle 6" Female couplings and pin lug 6" male couplings shall be provided.

Bidder Complies: ___Yes ___No The hose shall be mounted in troughs attached to the Porta-tank rack. Exact location to be determined at pre-build meeting with FD.

Bidder Complies: ___Yes ___No One (1) low level and one (1) power jet siphon six-inch strainers especially designed for fire department service shall be provided.

Bidder Complies: ___Yes ___No

Page 65: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

65

PAINTING

All painted surfaces shall be painted in a manner to match the existing apparatus. All exposed metal surfaces not chrome plated, polished stainless steel or bright aluminum tread plate shall be thoroughly cleaned and prepared for painting. All irregularities in painted surfaces shall be rubbed down and all seams shall be caulked before the application of the finish coat. Any location where the body material is penetrated after painting for the purpose of mounting lights, steps, handrails, etc., shall be treated with a corrosion inhibiting pre-treatment. All removable items such as brackets shall be removed and painted separately to insure finish paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted before assembly. Both aluminum and steel surfaces to be painted shall be primed with a two (2)-component primer which is compatible with the finish coat. Any location where the body material is penetrated after painting for the purpose of mounting lights, steps, handrails, etc, shall be treated with a corrosion-inhibiting pretreatment. The apparatus shall be finish painted with a polyurethane base/clear system. “No Exception” Utilizing the stainless steel body fabrication, the interior of all compartments, inside hose bed, and surrounding areas adjacent to compartments doors shall remain a #4 brushed stainless steel finish. This practice shall eliminate the possibility of paint chipping, and electrolysis of aluminum which can cause corrosive action between dissimilar metals. Chassis and compartment doors shall be painted the color indicated. Prior to reassembly and reinstallation of lights, handrails, door hardware and any miscellaneous items, an isolation tape or gasket material shall be used to prevent damage to the finish painted surfaces. A nylon washer shall be installed under each acorn nut or metal screw that is fastened directly to a painted surface. The paint process shall meet or exceed current regulations concerning paint operations, including pollution control measures. The manufacturer, on request, shall provide evidence that the manufacturing facility is in compliance. Bidder shall describe its paint process in the bid proposal.

Bidder Complies: ___Yes ___No

Page 66: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

66

PAINT-TWO TONE CAB

The cab exterior surfaces shall be two (2) colors. The paint break line shall be determined at pre-build meeting and approved by the FD.

Bidder Complies: ___Yes ___No LETTERING

Up to forty eight (48) 3" 22KT Gold laminate gold leaf letters, twenty (20) 5” gold leaf letters AND eight (8) 8” gold leaf letters shall be provided. These letters shall be arraigned in a manner determined by the fire district at pre-build meeting.

Bidder Complies: ___Yes ___No

MALTESE CROSS Two (2) Scotchlite Maltese cross 11.5” in size shall be provided on the body, one each side.

Bidder Complies: ___Yes ___No

STRIPING A 6" Scotchlite stripe shall be provided across the front of the cab and along each side of the apparatus.

Bidder Complies: ___Yes ___No

STRIPING, CHEVRON STYLE, REAR The apparatus shall have 6” red and yellow reflective Chevron style striping affixed to the inboard and outboard right and left portions of the rear body. The color of the striping shall match existing apparatus. The striping shall be set in a manner to have the effect of an inverted “V” shape. The stripe shall travel low to high from the outside to the inside.

Bidder Complies: ___Yes ___No

MALLET One (1) rubber mallet shall be provided.

Bidder Complies: ___Yes ___No

Page 67: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

67

SPANNER WRENCHES One (1) Akron #2448 spanner wrench holder with (2) Akron #10 spanner wrenches shall be provided and mounted on the apparatus, location to be pre-approved by the purchaser.

Bidder Complies: ___Yes ___No

MISCELLANEOUS EQUIPMENT FURNISHED One (1) pint touch-up paint for each color of the apparatus shall be provided.

Bidder Complies: ___Yes ___No

WHEEL CHOCKS Two (2) Ziamatic #SAC-44 folding wheel chocks with SQCH-44H holders shall be provided. The wheel chocks shall be located in an area close to the rear axles easily accessible from the driver side of the apparatus.

Bidder Complies: ___Yes ___No

OPERATION AND SERVICE MANUALS

Complete "Operation and Service" manuals shall be supplied with the completed apparatus, one (1) printed copy and one (1) CD. Service manual instructions shall include service, maintenance and troubleshooting for major and minor components of the truck. The apparatus manufacturer shall supply part numbers for major components (i.e. Engine, Axles, Transmission, Pump, etc.). A table of contents, hydraulic, air brake and overall apparatus wiring schematics shall be included.

Bidder Complies: ___Yes ___No A video demonstration DVD on the operation of the truck shall be supplied with the manuals.

Bidder Complies: ___Yes ___No

Page 68: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

68

WARRANTIES FULL copies of all the following warranties shall be supplied with vendor’s proposals; minimum of which are: 1. The apparatus shall be warranted to be free from mechanical defects in workmanship for a period of one (1) year. The apparatus shall be covered for parts and labor costs associated with repairs for a period one (1) year.

Bidder Complies: ___Yes ___No 2. Life-time warranty on the frame.

Bidder Complies: ___Yes ___No 3. Seven (7) year warranty on paint and against corrosion.

Bidder Complies: ___Yes ___No 4. Ten (10) body structural warranty

Bidder Complies: ___Yes ___No 5. Ten (10) year cab structural warranty

Bidder Complies: ___Yes ___No 6. Manufacturers Warranties for all major components.

Bidder Complies: ___Yes ___No 7. Life-time warranty on the tank.

Bidder Complies: ___Yes ___No 8. Five (5) year warranty on the pump priming system.

Bidder Complies: ___Yes ___No 9. Five (5) year warranty on the pump and its components.

Bidder Complies: ___Yes ___No

Page 69: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

69

Kenworth T-800 Vehicle Summary Unit Chassis

Model: T800 Series Conventional. Fr Axle Load (lbs): 20000Type: FULL TRUCK Rr Axle Load (lbs) 52000Description: woodridge G.C.W. (lbs): 72000

Application Road Conditions:

Intended Serv.: Fire truck service. Vehicles used in fighting Class A (Highway) 00

Commodity: Water Class B (Hwy/Mtn) 100 Class C (Off-Hwy) 00

Body Class D (Off-Road) 00Type: Fire truck-pumper Maximum Grade: 6Length (ft): 18.0 Wheelbase (in): 224Height (ft): 13.5 Fr Axle to BOC (in): 74Max Laden Weight (lbs): 4000 Cab to Axle (in): 150 Cab to EOF (in): 212

Trailer No. of Trailer Axles: 0 Type: Length (ft): 0.0 Special Req. Height (ft): 0.0 U.S. Domestic Registry, 50-State Kingpin Inset (in): 0 Corner Radius (in): 0

Restrictions Length (ft): 120 Width (in): 102 Height (ft): 13.5

Description

Model T800 Series Conventional.

T800: Sloped

Chassis operation will include

CARB Idle Emissions Reduction Feature.

CARB Exempt Application Emergency Vehicle Only.

Non-Sleeper w/rear axle capacity less than 59K.

Water

Fire truck service. Vehicles used in fighting

Fire truck-pumper

U.S. Domestic Registry, 50-State

Engine & Equipment ISX15 500EV 2010 500@1800 409@2100 1850@1200

N09020 P02 Yes...Cruise Control Auto Resume N09040 P04 No....Auto Engine Brake in Cruise N09060 P06 Yes...Gear Down Protection N09100 P11 No....Engine Protection Shtdwn N09120 P14 65....Max Vehicle Speed in Top Gea

Page 70: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

70

N09140 P19 65....Max Cruise Control Speed N09160 P26 1400..Max PTO Speed N09180 P10 No....Idle Shtdwn N09200 P32 8.....Idle Shtdwn Time N09220 P33 No....Idle Shtdwn Override

Prospector version 28.0 Supersedes previous

Air compressor: Cummins 18.7 CFM, ISC,ISL, ISM & ISX

Air cleaner: Powercore engine mount 10 in.

Fan Hub: Borg Warner 2010 engines only.

Cooling module: T8SH/T8B/W9S 1440 square inches.

RH under cab DPF/SCR w/ RH SOC vertical tailpipe.

Tailpipe: 5 in. single 30 in. straight

Fuel filter: PACCAR primary un-heated for 2010

Kenworth fuel cooler for single fuel tanks.

Alternator: Leece Neville 270 amp long brush.

Batteries: 3 PACCAR GP31 threaded post (700) 2100

Starter: PACCAR 12 volt electrical system. W/

Multi-function engine connector for body builder

Body builder harness to end-of-frame for

Transmission & Clutch Transmission: Allison World 4500EVS 6-speed

Driveline: 2 heavy-duty 1 centerbearing.

Torque converter included w/Allison

Auto neutral for Allison - single input.

Customer-installed split shaft PTO Informational

Pushbutton control center console mounted.

Chassis will be fitted w/LH transmission PTO.

Severe Service rear transmission support

Front Axle & Equipment Dana Spicer D2000 Front Axle rated 20K

Front Brake: 22,000 lbs. Bendix ES S-cam

Front Brake Drum: 22,000 lbs. 16-1/2x6 in. Cast.

Front Hubs Aluminum hub pilot 20,000 lbs.

Front low maintenance hub package Dana Spicer.

Hubcap: front vented.

Front Auto Slack Adjuster.

Front Springs: Taperleaf 20K w/ shock absorbers

Dual power steering gears: 20K Sheppard M100P.

Power Steering Cooler: Radiator mounted air to

Rear Axle & Equipment Dual Dana Spicer D52-190P rear axle rated at

Rear Axle Ratio - 5.57.

Dual Rear Brakes 16-1/2x7 in. to 46,001 -52K

Dual Rear Brake Drums Meritor X-30 light weight.

Dual Rear Hubs: Iron hub pilot 11-1/4 in. BC.

Dual rear low maintenance hub package Dana

Dual Rear axle automatic slack adjusters.

Page 71: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

71

Spring Brake: 3030 high output dual. Dual 100% locking capabilities

BENDIX 6S/6S ANTO-LOCK WITH ELECTRONIC

Rear suspension: Tandem Hendrickson Primaax EX522

Dual leveling valves for tandem air suspension.

Tires & Wheels Front tires: Bridgestone M844F 385/65R22.5 18PR.

Rear tires: Bridgestone M843 12R22.5 16PR.

Rear Tire Quantity: 8

Front wheel: Alcoa 82365 22.5x12.25 aluminum, hub

Rear wheel: Alcoa 89464 22.5x9 aluminum, hub

Single front axle: 2 Polished wheels. Polished

Dual rear axle: 4 Polished wheels. Polished

Rear Wheel/Rim Quantity: 8

Frame & Equipment Frame Rails: 10-3/4 x 3-1/2 x 3/8in. Steel 285in.

Full Steel Insert: for 10-5/8 in. or 10-3/4 in.

Bumper: Tapered chrome steel channel. Requires a

48.5 in. Bumper setting. Requires a bumper code.

Removable Front Tow Hooks: 2.

DXF Frame Layout To Dealer 4 Weeks Prior To

Front mudflaps.

Battery box: Temporary across the rails.

Battery box location: BOC across the rails. Fuel Tanks & Equip

Fuel Tank: 75 US gallon 24.5in. aluminum under

DEF tank clear BOC [CBOC], requires LH under cab

6in. wide lower fuel tank step, for one 22in. or

Polish only one aluminum tank.

Mechanical anti-roll channel for one tank.

Polished stainless steel tank straps for 1 tank.

Anti-siphon device swaged in place for any

DEF tank location is on the LH.

Location: 75 gal fuel tank LH under cab

Cab & Equipment Cab: Flat Glass Conventional Cab. Includes

Hood: Sloped Metton hood w/ grille & shell use

Cab heater: W/integral defrosters & A/C 45,000

Steering wheel: 18 in. 4-spoke.

Adjustable telescoping tilt steering column.

Two spare switches: Wired to power.

Gauge: Dash mounted air filter restriction gauge.

Gauge: Two additional dash mounted air pressure

Gauge: Engine oil temperature gauge w/integral

Page 72: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

72

Gauge: Fuel filter restriction gauge.

Gauge: Manifold pressure gauge.

Hour meter mounted in dash for PTO.

Gauge: Axle oil temperature, dual-drive axle.

KW Driver Information Center: Includes fuel

Instrument package: Includes speedometer,

Cab interior: Splendor. Includes smooth

Interior color: Slate Gray w/trim Dark Slate Gray

Driver seat: Kenworth Air cushion Plus HB Mordura

Rider seat: Kenworth Toolbox Plus HB cloth.

Driver air seat height limited: NFPA compliant.

NFPA Compliance Kit: Includes seat occupancy

Seat color: Jet Black.

Driver/Rider seat belts: Red, replace standard.

Under dash center console: Includes one cupholder

Non-self cancelling turn signal: W/column-mounted

Electric LH & RH door locks.

Long grabhandle RH side of cab.

Long grabhandle LH side of cab.

Grabhandle LH inside door frame above dash.

Grabhandle RH inside door frame above dash.

Daylite doors, includes RH peeper window.

Single air horn under cab.

Single convex mirror 8-1/2 in. x 4-7/16 in.

Mirror: Dual Moto heated mirrors 7 in. x 16 in.

Mirror brackets 8-1/2 ft load width.

Rear cab stationary window 17 in. x 36 in.

Electric-powered LH & RH door window lifts.

Two-piece roped-in windshield, w/ flat glass.

Exterior aerodynamic sunvisor w/ integral marker

2 in. rubber wheelwell fender extension.

Lights & Instruments Headlamps: Dual Rectangular, extended life

Marker Lights: Five aerodynamic mounted in

Turn Signal Lights: Mounted on fender

LED Stop/Turn/Tail - Flange Mounted

Marker Lights: Interrupter switch.

Circuit Breakers: Replacing fuses. Does not

Air Equipment Air Dryer: Bendix AD-IS heated.

Moisture ejection valve w/ pull cable drain.

Nylon air tubing in frame & cab, excluding hoses

Extended Warranty Severe Service Warranty.

2010 EPA heavy-duty Surcharge $9250.

Page 73: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

73

Miscellaneous Additional lead time required for off highway &

Promotions tc444

tc444

tc444

tc444

Paint Paint color number.

N97020 A - L0006EB WHITE B/C N97400 SUNVISOR L0006EB WHITE B/C N97200 FRAME N0001EA BLACK

Imron solid 1 color non-sleeper Spec A.

Base coat/clear coat.

Bidder Complies: ___Yes ___No

Page 74: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

74

SECTION 3 – ADDITIONAL OPTIONS

Page 75: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

75

ADDITIONAL OPTIONS: The following items shall be priced as options: 1. Fire-Com intercom system, installed. The system shall interface with on-board radios. There shall be three (3) positions with headsets. Drivers headset shall be wireless. 2. Spray the interior of compartments with Zolatone paint. Color to be determined at pre-build meeting. 3. Replace the rear steps with a Zico climbing ladder. 4. Provide painted roll up doors in lieu of satin finish. 5. Install a roll up door to enclose the Driver side pump panel. 6. Provide HID headlights on chassis in lieu of Halogen. 7. Install On-Spot tire chains for rear drive wheels. Switch shall be located in the cab within easy reach of driver. 8. Install a Whelen TANF85RB LED 45" arrow stick on the rear of apparatus, wires to be run internally. An aluminum protective shield shall be fabricated and installed to shield arrow stick. 9. Additional 4000 Gallon Fold-A-Tank with aluminum frame and 16’ x 16’ tarp. 10. Motorola XTL-2500 UHF mobile radio installed. 11. Motorola NNTN7618B Impress HT portable charger to be installed in cab at location to be determined at pre-build meeting.

Page 76: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

76

SECTION 4 - EXHIBITS, APPENDENCES AND SUBMISSIONS

Page 77: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

Hopewell Borough Fire District #1

77

Exhibits, Appendences, and Submittals

A. EEO Language……………………………………………………... 78 B. ADA Language…………………………………………………….. 80 C. Notice of Bid…………………………………………………..…… 81 D. Bid Cover Sheet……………………………………………………. 82 E. Bid Document Submission Checklist……………………………… 83 F. Acknowledge of Receipt of Changes to Bid…………………….… 84 G. Stockholder Disclosure……………………………………………. 85 H. Partnership Disclosure…………………………………………..… 86 I. Non-Collusion Affidavit……………………………………..……. 87

Page 78: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

78

EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)

N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, 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 age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor, where applicable, will send to each labor union or representative or workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to employ minority and women workers consistent with the applicable county employment goals established in accordance with N.J.A.C. l7:27-5.2, or a binding determination of the applicable county employment goals determined by the Division, pursuant to N.J.A.C. 17:27-5.2. The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the applicable employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or

Page 79: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

79

expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 The contractor and its subcontractors shall furnish such reports or other documents to the Div. of Contract Compliance & EEO as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Div. of Contract Compliance & EEO for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

Page 80: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

80

EXHIBIT B

AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability

The contractor and the Board of Fire Commissioners of Hopewell Borough Fire District No. 1 (hereafter “owner”) do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. S12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense. The owner shall, as soon as practicable after a claim has been made against it, give written notice thereof to the contractor along with full and complete particulars of the claim, If any action or administrative proceeding is brought against the owner or any of its agents, servants, and employees, the owner shall expeditiously forward or have forwarded to the contractor every demand, complaint, notice, summons, pleading, or other process received by the owner or its representatives. It is expressly agreed and understood that any approval by the owner of the services provided by the contractor pursuant to this contract will not relieve the contractor of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this paragraph. It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the contractor, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the contractor from any liability, nor preclude the owner from taking any other actions available to it under any other provisions of the Agreement or otherwise at law.

Page 81: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

81

NOTICE OF BID HOPEWELL BOROUGH FIRE DISTRICT NO. 1

The Board of Fire Commissioners of Hopewell Borough Fire District No. 1 (Mercer County), PO Box 141, Hopewell, New Jersey 08525, will receive sealed bids, until 7:30 pm, prevailing time, in the Board’s meeting room at 4 Columbia Avenue, Hopewell, NJ, on Wednesday, April 11, 2012, at which time and place the bids will be opened and read in public for:

The purchase and fabrication of a Custom Fire Tanker Apparatus

Bid specifications and other bid information may be obtained from the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, by calling Deborah Smith, Board Clerk, at (609) 575-4893 or by e-mailing [email protected]. The Board of Fire Commissioners will not be responsible for full or partial sets of bid documents, including any addenda, obtained from any other source. Bidders are required to comply with the requirements of NJSA 10:5-31, et seq. and NJAC 17-27. Dated: February 28, 2012 Donald Reichman Board Secretary

Page 82: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

82

BOARD OF FIRE COMMISSIONERS HOPEWELL BOROUGH FIRE DISTRICT #1

Post Office Box 141 Hopewell, New Jersey 08525

THE UNDERSIGNED PROPOSES TO FURNISH AND DELIVER ALL ITEMS SPECIFIED ON THE ATTACHED PAGES FOR WHICH PRICES ARE GIVEN, IN STRICT ACCORDANCE WITH THESE SPECIFICATIONS, AND ACCEPTS THE CONDITIONS UNDER WHICH THIS CONTRACT IS TO BE AWARDED AND AGREES TO BE BOUND THEREBY. THE PRICES QUOTED INCLUDE ALL CHARGES AND EXPENSE FOR FURNISHING AND DELIVERING ALL ITEMS IN THE MANNER AND UNDER THE CONDITIONS SPECIFIED, EXCEPT WHERE OTHERWISE STATED. THE UNDERSIGNED DECLARES THAT THIS BIDDER IS THE ONLY PERSON INTERESTED IN THE ESTIMATE, AND THAT NO OTHER PERSON THAN HEREIN NAMED HAS ANY INTEREST IN THIS ESTIMATE OR IN THE CONTRACT PROPOSED TO BE TAKEN; THAT IT IS MADE WITHOUT ANY CONNECTION WITH ANY PERSON MAKING AN ESTIMATE FOR THE SAME ITEMS, AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD; THAT NO MEMBER OF THE BOARD OF FIRE COMMISSIONERS IS DIRECTLY OR INDIRECTLY INTERESTED HEREIN OF IN ANY PORTION OF THE PROFIT HEREOF. THE UNDERSIGNED FURTHER DECLARES THAT THIS BIDDER MEETS THE EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS OF P.L. 1975, C. 127, THE NEW JERSEY DEPARTMENT OF TREASURY EQUAL OPPORTUNITIES REGULATIONS AS THE SAME MAY BE APPLICABLE, AND ALL OTHER FEDERAL AND STATE REGULATIONS APPLICABLE TO THIS BID. SUBMITTED BY: NAME: ___________________________________________________________________________________ ADDRESS: _________________________________________________________________________________ FEDERAL I.D. or SOCIAL SECURITY NO.: AMOUNT OF BID: ( $__________________) _____________________________________________________________________ ____________________________________________________________________________________________________________ PAYMENT TERMS: EXCEPTIONS: YES: NO: CLEARLY SET FORTH ON SEPARATE PAGE(s) DELIVERY DATE: The undersigned is authorized to enter contracts and sign bid documents on behalf of the Bidder. I have reviewed the calculations in the attached bid documents and certify that there are no mathematical errors contained therein. I hereby submit this bid to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1. DATED: ____________________ SIGNATURE OF BIDDER: ____________________________________________________________________________________ (Type or print) NAME: ______________________________________________________________________________________ TITLE: ______________________________________________________________________________________ ADDRESS: __________________________________________________________________________________ _________________________________________________________ PHONE:____________________________ E-MAIL FAX: ATTEST: Corporate Seal: __________________________________________________ Secretary

Page 83: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

83

BID DOCUMENT SUBMISSION CHECKLIST

Hopewell Borough Fire District No. 1

__Custom Tanker___ ______________________ A. Failure to submit the following documents is a mandatory cause for the bid to be rejected.

(N.J.S.A. 40A:11-23.2) Required With Initial Each Item Submission of Bid Submitted With Bid (Owner’s checkmarks) (Bidder’s initials) X Bid guarantee With Power of Attorney as required by N.J.S.A. 40A:11-21 X Certificate of a surety company with Power of Attorney, pursuant to N.J.S.A. 40A:11-22 X Statement of corporate and/or partnership ownership, pursuant to N.J.S.A. 52:25-24.2 X Proof of Business Registration N.J.S.A. 52:32-44 (P.L. 2004, c. 57) Listing of subcontractors as required by N.J.S.A. 40A:11-16 X If applicable, bidder’s acknowledgment of receipt of any notice(s) or revision(s) or

addenda to an advertisement, specifications or bid document(s)

B. Failure to submit the following documents may be a cause for the bid to be rejected.

(N.J.S.A. 40A:11-23.1b.) Required With Initial Each Item Required With Initial Each Item Submission of Bid Submitted With Bid Submission of Bid Submitted with Bid (Owner’s checkmarks) (Bidder’s initials) (Owner’s checkmarks) Bidder’s initials) X Annual Report and

Financial Statement Prepared within the last Twelve months

X Consent of Surety as to a Warranty Bond

X Contact list of purchasers of similar apparatus (Section XI D)

X Compliance with Federal and State employment regulations

X Evidence of Insurance

C. SIGNATURE: The undersigned hereby acknowledges and has submitted the above listed requirements. Name of Bidder: _________________________________ By Authorized Representative: Signature: ______________________________________ Print Name and Title: _____________________________ Date: _______________________

ACKNOWLEDGMENT OF RECEIPT OF CHANGES TO BID DOCUMENTS FORM

Consent of surety as to maintenance bond as required by N.J.S.A. 40A:11-16.3b

X Submission of a Non-Collusion Affidavit (this form must be Notarized)

Certification of Bidder showing that Bidder owns, leases, or controls any necessary equipment

X A listing of subcontractors

X ISO 9001 Quality Management System certificate of compliance

Page 84: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

84

Hopewell Borough Fire District No. 1

Custom Tanker ________________________

(Name of Construction/Public Works Project) (Project or Bid Number) Pursuant to N.J.S.A. 40A: 11-23. 1a., the undersigned bidder hereby acknowledges receipt of the following notices, revisions, or addenda to the bid advertisement, specifications or bid documents. By indicating date of receipt, bidder acknowledges the submitted bid takes into account the provisions of the notice, revision or addendum. Note that the local unit’s record of notice to bidders shall take precedence and that failure to include provisions of changes in a bid proposal may be subject for rejection of the bid. Local Unit Reference Number or Title of

Addendum/Revision How Received

(mail, fax, pick-up, etc.) Date Received

Acknowledgment by bidder: Name of bidder: ________________________________________ By Authorized Representative: Signature: __________________________________ Printed Name and Title: _______________________________________ Date: _________________________

Page 85: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

85

STOCKHOLDER DISCLOSURE CERTIFICATION

CORPORATION STATEMENT (C Corp., Subchapter S, Limited Liability)

Chapter 33 of the Public Laws of 1977 provides that no corporation shall be awarded by any State, County, or Municipal or School District contract for purposes of any work of the furnishing of any materials or supplies unless prior to the receipt of the bid or accompanying the bid of said corporation there is submitted a statement setting forth the names and addresses of all stockholders in the corporation who own ten (10) percent of its stock of any class. Date: ____________________ Legal Name of Bidder: __________________________________________________________ Incorporated: Year ___________________ State __________________________________ Business Address: ______________________________________________________________ ______________________________________________________________ Telephone Number: ___________________________ Fax: Name and address of Registered Agent: _______________________________________ _______________________________________________________________________ Name and Title of Officer having authority under the By-laws to sign contracts and bid documents: Name: _________________________ Title: _____________________________ Listed below are the names and addresses of all stockholders in the corporation who own ten (10) percent or more of its stock of any class: Name Home Address % Owned Listed below are the names and addresses of all corporate officers: Subscribed and sworn before me this Signed: (Name) day of , 2012. (Title) (Corporate Seal) Notary Public. My commission expires:

Page 86: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

86

SHAREHOLDER DISCLOSURE CERTIFICATION

PARTNERSHIP STATEMENT

(Partnership, Limited Partnership, Limited Liability Partnership) This mandatory statement accompanies and is made a part of the enclosed bid submitted to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1. Date: Legal Name of Bidder: Organized: Year State Business Address: Telephone Number: Listed below are the names and addresses of all individual partners who own a ten (10) percent or more interest in the partnership: Name Home Address % Owned Signatures of all general partners is required:

(attach additional sheets if necessary)

Signed and sworn to before me this Signed: (Name) day of , 2012. (Title) Notary Public. My commission expires:

Page 87: SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND …hopewellfire.com/portals/0/hbbofc_tanker_bid_spec.pdfface of the envelope, (3) clearly marked “Bid for Tanker” and (4) indicating

87

NON-COLLUSION AFFIDAVIT

STATE OF __________________ } } ss: COUNTY OF _________________ } Contract # and Description: Custom Tanker I, ______________________, of the _____________________(City, Township, Borough) of _____________________,County of _______________________, and the State of ____________________, of full legal age, being duly sworn according to law on my oath depose and say that: I am the ____________________________(state position or office) of the firm of ____________________________________, the bidder making the Proposal for the above-named project, material or supplies, and that I executed the said Proposal with full authority to do so; and that all statements contained on said Proposal and in this Affidavit are true and correct, and made with full knowledge that the Board of Fire Commissioners, Hopewell Borough Fire District No. 1 relies upon the truth of the statements contained in said Proposal and in the statements contained in this Affidavit in awarding the Contract for the said project. I hereby certify that I or my partnership or corporation are the only person or persons interested in this bid and it is made without collusion with any person, firm or corporation making another bid for the same contract, and the bid is in all respects fair and that no officer, member or employee of the Board of Fire Commissioners, Hopewell Borough Fire District No. 1 is directly or indirectly interested in the partnership or corporation, this bid, or in the supplies or work to which it relates, or in the profits of any apportion thereof. ________________________ Signature Sworn and Subscribed before me this _____ day of ____________, 20___. _________________________________________ Notary Public of the State of ______________ Seal My Commission expires _________________