TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the...

49
City of Penticton Fire Pumper Truck – RFP Page 1 of 49 Initials REQUEST FOR PROPOSAL FOR TRIPLE COMBINATION PUMPER TRUCK Original and three (3) copies of a Proposal in an envelope plainly marked "Proposal for Triple Combination Pumper Truck “ will be received at City Yards, 616 Okanagan Avenue East, Penticton, B.C., V2A 3K6 up to MARCH 20, 2012 2:00 pm local time. Closing Date: TUESDAY, MARCH 20, 2012 AT 2:00 P.M. * PROPOSALS WILL NOT BE OPENED IN PUBLIC * NOTE: Should any potential bidders download this Request for Proposal, it is the Proponent's responsibility to check for Addendas which will be posted on the City of Penticton's website. http://www.penticton.ca/EN/main/business/tendersrfps.html

Transcript of TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the...

Page 1: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 1 of 49

Initials

REQUEST FOR PROPOSAL

FOR

TRIPLE COMBINATION PUMPER TRUCK

Original and three (3) copies of a Proposal in an envelope plainly marked "Proposal for Triple Combination Pumper Truck “ will be received at City Yards, 616 Okanagan Avenue East, Penticton, B.C., V2A 3K6 up to MARCH 20, 2012 2:00 pm local time.

Closing Date: TUESDAY, MARCH 20, 2012 AT 2:00 P.M.

* PROPOSALS WILL NOT BE OPENED IN PUBLIC *

NOTE: Should any potential bidders download this Request for Proposal, it is the Proponent's responsibility to check for Addendas which will be posted on the City of Penticton's website.

http://www.penticton.ca/EN/main/business/tenders­rfps.html

Page 2: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 2 of 49

Initials

THE CORPORATION OF THE CITY OF PENTICTON

REQUEST FOR PROPOSALS (RFP) Triple Combination Pumper Truck

On behalf of Penticton Fire Department, the City of Penticton is interested in receiving Proposals for a Triple Combination Pumper Truck. The City is not necessarily interested in obtaining the lowest price for this product, interested parties with proven experience and qualifications for the design, construction and supply of the Triple Combination Pumper Truck will only be considered. The quality of the product, performance, delivery, maintenance, service and other factors will be taken into consideration in the evaluation of this RFP.

Proposals clearly marked “Triple Combination Pumper Truck” on the sealed envelope will be received at the office of the Purchasing Manager, 616 Okanagan Avenue East, Penticton, BC V2A 3K6, up to and including 2:00 p.m. local time Tuesday, MARCH 20, 2012 at 2:00 pm local time.

Further information and instructions may be obtained from the office of the Purchasing Manager between the hours of 8:30 a.m. and 4:30 p.m. Monday to Friday at (250) 490­ 2555 or via e­mail at [email protected]

This is a Request for Proposals only and will not necessarily give rise to a contract.

Proposals received after the closing time will be returned unopened.

The City reserves the right to waive information in any Proposal, or reject any or all Proposals, or to accept the Proposal deemed most favourable in the City’s interest.

Cathy Ingram Purchasing Manager The Corporation of the City of Penticton

Page 3: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 3 of 49

Initials

TABLE OF CONTENTS

1.0 GENERAL INFORMATION .................................................................................... 4

2.0 SCOPE OF THE PROPOSAL ................................................................................... 5

3.0 CONTENT OF PROPOSAL...................................................................................... 5

4.0 BID SHEET............................................................................................................ 7

5.0 FORM OF PROPOSAL............................................................................................ 9

6.0 INSTRUCTIONS TO PROPONENTS..................................................................... 11

7.0 REQUEST FOR RFP PROCESS ............................................................................. 11

8.0 PRE­RFP INFORMATION.................................................................................... 12

9.0 PROPOSAL PREPARATION: ............................................................................... 15

10.0 ADDITIONAL TERMS.......................................................................................... 15

11.0 SPECIAL CONDITIONS ...................................................................................... 16

12.0 SPECIFICATIONS OF POTENTIAL TRADE IN ENGINE: ...................................... 18

13.0 SPECIFICATIONS............................................................................................... 19

14.0 REFERENCES:..................................................................................................... 48

15.0 EVALUATION CRITERIAMATRIX ...................................................................... 49

Page 4: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 4 of 49

Initials

1.0 GENERAL INFORMATION

1.1 SUBMISSION OF PROPOSAL

Four (4) physical copies of each Proposal, bearing the Proponents initials on each page along with Proponent’s information package shall be submitted in a sealed envelope and shall be addressed to:

The Corporation of the City of Penticton 616 Okanagan Avenue East Penticton, BC V2A 3K6 Attention: Purchasing Manager

The Proposal envelope must be clearly marked Triple Combination Pumper Truck. Submitted Proposals transmitted by facsimile machine or email will not be considered.

1.2 CLOSING DATE

Proposals will be received up to and including closing time of 2:00 pm, local time, Tuesday, MARCH 20, 2012. Proposals received after the closing time will be rejected and returned unopened. RESPONSES WILL NOT BE OPENED IN PUBLIC.

1.3 RFP CLARIFICATION

If a Proponent has any question about the contents of the RFP, or about any matters relating to it (including any clarification, errors or omissions of or in this RFP), the question must be directed in writing, and not orally, to the City’s representative at the contact address set out The City’s representative will respond to all questions via an addendum which will be posted to the City of Penticton website http://www.penticton.ca/EN/main/business/tenders­rfps.html

The Corporation of the City of Penticton 616 Okanagan Avenue East Penticton, BC V2A 3K6 Attention: Purchasing Manager Email: [email protected]

1.4 DISCREPANCIES OR OMISSIONS:

Proponents finding discrepancies or omissions in the RFP document, or having any doubts to the meaning or intent of any part thereof, should immediately notify the Purchasing contact in writing, which may send written instructions or explanations to all Proponents on record with the Corporation. No responsibility will be accepted for oral instructions. Addenda or correspondence issued during the RFP period shall be considered part of this document and become part of the final Contract Documents.

1.5 FURTHER TERMS & CONDITIONS:

a. This RFP should not be construed as a contract to purchase goods or services or to enter into any other contractual arrangement.

b. This RFP is not an invitation to Tender or an invitation to bid, but is a request for submission of Proposals on the terms and conditions described in these RFP documents and will not necessarily give rise to a Contract.

Page 5: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 5 of 49

Initials

c. The City will not be obligated in any manner to any Proponent whatsoever until a written agreement has been duly executed, by authorized City personnel, relating to any approved Proposal. However, Proposals should be as detailed and complete as possible to facilitate the formation of a contract based on a Proposal or Proposals that are pursued.

d. In the event that only one RFP is received, the City reserves the right to return the RFP unopened.

1.6 AMENDMENT OF PROPOSALS BEFORE SUBMISSION DATE:

A Proponent is entitled to amend its Proposal at any time before the deadline for submission of Proposals. Amended Proposals must be received by closing date identified herein.

2.0 SCOPE OF THE PROPOSAL

2.1 SCOPE OF WORK

The City of Penticton is interested in receiving Requests for Proposal from qualified contractors for the supply of a new or used Triple Combination Pumper Truck. This custom Triple Combination Pumper Truck must be designed and engineered specifically for fire service application (Scope of Work). The apparatus will replace an existing unit, Engine 203, being a 1991 Anderson Engineered Triple Combination Pumper which is being offered for trade as part of this RFP process. (Specifications for the trade in are located in Section 12.0). This apparatus shall to be of a height, width and length, as specified in the RFP, to accommodate the existing fire hall. The apparatus must also meet appropriate Canadian and NFPA standards as specified in the RFP.

The Scope of Work is intended to define the Work activities as accurately as possible. The Proponent is encouraged to use innovation when developing its Proposal and propose revisions or alternatives that are considered beneficial to the project.

2.2 PROJECT BUDGET

The Scope of Work may have to be adjusted to ensure that the cost of the services remains under budget. The Proponent shall identify possible changes in the Scope of Work proposed, if necessary, in order to keep this assignment within budget and shall contact the City if they wish to discuss this prior to drafting their Proposal.

3.0 CONTENT OF PROPOSAL

Proposals (one original, three copies) must be submitted in printed form. The following topics should be addressed in the following order:

3.1 COVERING LETTER

A covering letter signed by an authorized representative of the company should be provided outlining the intent of the response and stating that the information contained in the response accurately describes the services to be provided. The response must also guarantee that all quoted prices will be honored for a specified period from the submission date.

3.2 PROPONENT PROFILE AND REFERENCE

A description of the Contractor's organization, size, services provided, areas of expertise and length of time in operation must be addressed. Please provide as described. References must be provided. If there are special concerns or restrictions on our use of the reference, these concerns must be

Page 6: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 6 of 49

Initials

addressed in the Proposal. We will not complete any agreement without adequate reference checks. Please provide references as described in Section 14.0.

3.3 SCHEDULING

The Proposal will include the Proponent's itinerary to complete the Work proposed (start­up, information gathering, site visits, preliminary plans, etc.)

3.4 COSTS

The Proposal will define the costs for the Proponent's goods and services. The Proposal shall outline the costs of all components and include all applicable taxes and other associated costs. All prices shall be in Canadian dollars.

Page 7: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 7 of 49

Initials

4.0 BID SHEET

THE CORPORATION OF THE CITY OF PENTICTON

Proposal Bid Sheet for Triple Combination Pumper Truck

The undersigned Proponent has carefully examined the Conditions, Specifications, and Drawings (if applicable) for the Work requested and will construct or provide the services required.

This proposal is valid for: days and shall expire on ___________

Description Price For the design, construction and delivery of one (1) Triple Combination Pumper Truck $

SUBTOTAL $

Less Trade In (if applicable) $

5% GST $

7% PST $

Environmental Taxes & Levies $

TOTAL $

NOTE: please include a delivery lead­time schedule with your submission.

Delivery Date:________________________________________________

FIRM NAME:________________________________________________________

ADDRESS:_____________________________________EMAIL:_______________

PHONE NO._________________________ POSTAL CODE __________________

FAX NO.____________________________ DATE ______________________ ___

**SIGNATURE OF BIDDER _____________________________________________

PRINT NAME _______________________________________________ ________

** must be an official signatory of the company

Page 8: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 8 of 49

Initials

INTERPRETATION

4.1 DEFINITIONS

a. “Best Value” means the value placed upon quality, service, past performance and price.

b. “City” means The Corporation of the City of Penticton

c. “City Representative” means the representative or appointee engaged by the City to supervise the Work.

d. “Contract” means an agreement with specific terms between the City and the Successful Proponent.

e. “Contract Documents” means the executed agreement between the Successful Proponent and the City or the Purchase Order issued by the City.

f. “must,” “mandatory” or “required” means a requirement that must be met in order for a Proposal to receive consideration.

g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal.

h. “Premises” shall mean building(s) or part of a building with its appurtenances.

i. "Proposal" shall mean the Proponent's submission to the RFP.

j. “Proponent” means a party submitting a Proposal to this RFP.

k. “RFP” means the Request for Proposal.

l. “Request for RFP” (RFP) includes the documents listed in the index of the RFP and any modifications thereof or additions thereto incorporated by addenda before the close of the RFP.

m. “should” or “desirable” means a requirement having a significant degree of importance to the objectives of the RFP.

n. “Special Conditions” means the special conditions, which are included in the RFP.

o. “Specifications” means the specifications which are included in the RFP.

p. “Subcontractor” includes, inter alia, a person, firm or corporation having a Contract with the Successful Proponent for the execution of a part or parts, or furnishing to the Successful Proponent materials and/or equipment called for in the RFP.

q. “Successful Proponent” means the Proponent submitting the most advantageous RFP as determined by the City.

r. “Work” means any labour, duty and/or efforts to accomplish the purpose of this project.

Page 9: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 9 of 49

Initials

5.0 FORM OF PROPOSAL

Project Title: _______Triple Combination Pumper Truck__________________ ________

Department: _______Fire Department ____________________ _____

The Proponent confirms it has obtained and carefully examined all of the documents making up the Request for Proposal issued by the City of Penticton and any addenda issued in connection therewith.

The Proponent undertakes and agrees that:

5.1 EXECUTION OF CONTRACT

If the offer contained in this Proposal is accepted, upon being advised that the Contract Documents are available at the office of the Corporate Officer, the Proponent will obtain the Contract Documents and Drawings, if any, and will execute and identify the Documents and Drawings in a form and manner acceptable to the Corporate Officer and will deliver the same within (10) days from the time when the same are available or are delivered or mailed to the Proponent.

5.2 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK

If awarded the Contract, the Proponent shall supply the goods on the date set out in the Contract Documents and shall complete the Contract within the time specified in the Contract Documents.

5.3 NO COLLUSION

Except as otherwise specified or as arising by reason of the provision of the Contract Documents, no person whether natural, or body corporate, other than the Proponent has or will have any interest or share in this Proposal or in the proposed Contract which may be completed in respect thereof. There is no collusion or arrangement between the Proponent and any other actual or prospective Proponents in connection with Proposals submitted for this project and the Proponent has no knowledge of the contents of other Proposals and has made no comparison of figures or agreement or arrangement, expressed or implied, with any other party in connection with the making of the Proposal.

5.4 FAILURE OR DEFAULT OF PROPONENT

If the Proponent for any reason whatsoever fails or defaults in respect of any matter or thing which is an obligation of the Proponent under the terms of this Proposal, the City at its option may consider the Proponent has abandoned the offer made or the Contract if the offer has been accepted, whereupon the acceptance, if any, of the City shall be null and void and the City shall be free to select an alternate solution of its choosing.

Executed at , in the Province of BC this day of , AD 2012, under seal of the Proponent as a speciality instrument.

NOTE: If the Proponent is a corporation, in addition to signature, affix corporate seal (if available). If a natural person makes the Proposal, the Proponent must sign it with his/her name typed or clearly printed below the signature. If the Proponent is carrying on

(Corporate Name if Proponent is a Corporation)

Per:

Page 10: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 10 of 49

Initials

business under a firm name and NOT incorporated, the members of the firm must sign below the firm name and their names must be typed or clearly printed below the signature.

Per:

Mailing Address of Proponent:

Street

City Province Postal Code Telephone

Page 11: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 11 of 49

Initials

6.0 INSTRUCTIONS TO PROPONENTS

The following terms will apply to this RFP and to any subsequent Contract. Submission of a Proposal in response to this RFP indicates acceptance of all the following terms:

6.1 GENERAL

The law applicable to this RFP shall be the law in effect in the Province of British Columbia. Except for an appeal from a British Columbia Court to the Supreme Court of Canada, no action in respect to this RFP shall be brought or maintained in any court other than in a court of the appropriate jurisdiction of the Province of British Columbia.

In carrying out its obligations hereunder, the Proponent shall familiarize itself and comply with all applicable laws, bylaws, regulations, ordinances, codes, specifications and requirements of all regulatory authorities, and shall obtain all necessary licenses, permits and registrations as may be required by law. Where there are two or more laws, ordinances, rules, regulations or codes applicable to the Work, the more restrictive shall apply.

Applicability of law: All references in the RFP to statutes and regulations thereto and City bylaws shall be deemed to be the most recent amendments thereto or replacements thereof.

Copyright: All designs, drawings, concept drawings, specifications, digital, hard copies, web pages, internet pages, maps and plans commissioned by the City, shall remain the property of the City of Penticton.

In the case of any inconsistency or conflict between the provisions of the RFP, the provisions of such documents and addenda thereto will take precedence in governing in the following order: (1) addenda; (2) RFP; (3) Special Conditions; (4) Specifications; (5) Drawings; (6) Executed Form of RFP; (7) all other documents.

Headings are for convenience only: Headings and titles in the RFP are for convenience only and are not explanatory of the clauses with which they appear.

Method of payment is governed by City policy as well as applicable Federal and Provincial laws.

The RFP, accepted submission, and City Contract Documents represent the entire Agreement between the City and the Successful Proponent and supersede all prior negotiations, representations or agreements either written or oral. The Contract Documents may be amended only by written instrument agreed and executed by the Successful Proponent and the City.

7.0 REQUEST FOR RFP PROCESS

7.1 NOT A TENDER CALL

This RFP is not a tender call, and the submission of any response to this RFP does not create a tender process. This RFP is not an invitation for an offer to contract, and it is not an offer to Contract made by the City.

7.2 NO OBLIGATION TO PROCEED

Though the City fully intends at this time to proceed through the RFP, in order to select the services, the City is under no obligation to proceed to the purchase, or any other stage. The receipt by the

Page 12: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 12 of 49

Initials

City of any information (including any submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any intended Proponent, or on its behalf) shall not impose any obligations on the City. There is no guarantee by the City, its elected and appointed officials or employees, that the process initiated by the issuance of this RFP will continue, or that this RFP process or any RFP process will result in a Contract with the City for the purchase of the equipment, service, or project.

7.3 LATE PROPOSALS

Proposals received after the final date and time for receipt of Proposals will be considered as “late Proposals.” Late Proposals will not be accepted and will be returned unopened to the sender.

8.0 PRE­RFP INFORMATION

8.1 COST OF PREPARATION

Any cost incurred by the Proponent in the preparation of this Proposal will be borne solely by the Proponent.

8.2 NEGOTIATION WITH PREFERRED PROPONENT:

The Proponent that submits to the City the most advantageous Proposal and which represents the interests of the City, best overall, may be awarded the contract. The City reserves the right to accept or reject all or part of the RFP, however, the City is not precluded from negotiating with the successful Proponent to modify its Proposal to best suit the needs of the City.

The City reserves the right to obtain additional information from the short­listed Proponents to clarify the information in their submission, conduct interviews to discuss their suitability for the project or proceed to negotiate services, a contract, and details of the RFP with the most qualified firm.

If the City selects a Preferred Proponent, the City will enter into negotiations with the Preferred Proponent in an attempt to settle one or more Contract necessary to implement the project, as generally described in this RFP. If the City considers that it is unlikely to settle such agreements with the Preferred Proponent despite having negotiated with the Preferred Proponent for at least 30 days after selection of the Preferred Proponent, the City is entitled to cease negotiations with the Preferred Proponent and to begin negotiations with another Proponent.

The City reserves the right to negotiate specific terms of the Contract with the Proponent prior to the final award of the Contract. The City also reserves the right to negotiate specific terms of the Contract with the Successful Proponent as the Contract progresses.

8.3 REJECTION OF PROPOSALS

The City reserves the right to reject, at the City’s sole discretion, any or all Proposals, without limiting the foregoing, any Proposal which either:

a. is incomplete, obscure, irregular or unrealistic;

b. has non­authorized (not initialed) erasures or corrections in the Proposal or any schedule thereto;

c. omits or fails to include any one or more items in the Proposal for which a price is required by the RFP; or

Page 13: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 13 of 49

Initials

d. fails to complete the information required by the RFP to be furnished with a Proposal or fails to complete the information required whether the same purports to be completed or not.

Further, a Proposal may be rejected on the basis of the Proponents past performance, financial capabilities, completion schedule of compliance with Federal, Provincial, and Municipal legislation. As it is the purpose of the City to obtain a Proposal most suitable to the interests of the City and what it wishes to accomplish, the City has the right to waive any irregularity or insufficiency in any Proposal submitted and to accept the Proposal which is deemed to be the Best Value for the City.

8.4 EVALUATION CRITERIA

a. The following criteria, but not restricted thereto, will be used to evaluate responses:

b. The Proponents organization and technical capability to provide the equipment, goods and service.

c. The Proponents performance and experience on similar projects.

d. Awards will be made based on the Best Value offered, and the Best Value will be determined by the City. The quality of the service to be supplied, the conformity with the specifications, the suitability to requirements, guarantee clauses, and references shall all be taken into consideration.

e. Evaluation Criteria see Section 15.0. Proposals will be evaluated based on predetermined criteria and weighting as detailed on the attached Proposal Evaluation Form.

8.5 EVALUATION COMMITTEE

Evaluation of Proposals will be by an Evaluation Committee formed by the City and may include a representative of its Purchasing Division.

8.6 CONFIDENTIALITY

The City will endeavour to keep all Proposals confidential. The material contained in the Proposal from the Successful Proponent will be incorporated in the Contract Document and information which is considered sensitive and/or proprietary shall be identified as such by the Proponent. Technical or commercial information included in the City Contract Document shall not be released if the Purchasing Manager of the City deems such releases inappropriate, subject to the Freedom of Information and Protection of Privacy Act.

8.7 CLARIFICATION

The City reserves the right to seek Proposal clarification with the Proponents to assist in making evaluations.

8.8 GIFTS AND DONATIONS

Proponents will not offer entertainment, gifts, gratuities, discounts, or special services, regardless of value, to any employee of the City. The Successful Proponent shall report to the Purchasing Manager of the City any attempt by City employees to obtain such favors.

8.9 ACCEPTANCE OF PROPOSAL

The City shall not be obligated in any manner to any Proponent whatsoever until a written Contract has been duly executed relating to an approved Proposal.

Page 14: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 14 of 49

Initials

No act of the City other than a notice in writing signed by the Corporate Officer or the Purchasing Manager of the City shall constitute an acceptance of a Proposal. Such acceptance shall bind the Successful Proponent to execute in a manner satisfactory to the City.

a. Proposals must meet all the requirements herein to be eligible for consideration. Proposals that are unsigned, incomplete, conditional, illegible, unbalanced, obscure or that contain additions not called for, reservations, erasures, alteration, or irregularities of any kind may be rejected as incomplete.

c. Proposal Form must contain the Proponent’s business or home address and legal status must be disclosed and must be signed by a duly authorized official.

d. The Proposal is irrevocable and open for acceptance for a period of sixty (60) days from the date of closing of the RFP.

f. Proposals will only be considered from reputable firms with proven previous experience on projects involving goods or services of a similar nature, magnitude and complexity to that which will be covered by the Contract.

g. The City reserves the right to accept the RFP offer in total or in part, to reject any or all offers, to waive any minor informalities, irregularities, or technicalities, and to accept the offer deemed most favorable to the City. If the City determines that a Proposal contains false or misleading information, the City is entitled to reject that Proposal at any time as being invalid.

h. The City shall not be obligated either to accept or reject any non­compliance with the requirements of this RFP.

8.10 NEGOTIATION DELAY

If a written Contract cannot be negotiated within thirty (30) days of notification of the successful Proponent, the City may, at its sole discretion at any time thereafter, terminate negotiations with that Proponent and either negotiate a Contract with the next qualified Proponent or choose to terminate the RFP process and not enter into a Contract with any of the Proponents.

8.11 ENQUIRIES

All enquiries related to this RFP are to be directed, in writing, to the following person. Information obtained from any other source is not official and should not be relied upon. Enquiries and responses will be recorded and may be distributed to all Proponents at the City’s option.

City of Penticton c/o Purchasing Manager 616 Okanagan Avenue East Penticton, BC V2A 3K6

Cathy Ingram, Purchasing Manager [email protected]

8.12 FINAL DATE AND TIME FOR RECEIPT OF PROPOSALS

Proposals must be received in a sealed envelope by 2:00 p.m. (local Penticton time) on Tuesday, MARCH 20, 2012.

City of Penticton c/o Purchasing Manager 616 Okanagan Avenue East Penticton, BC V2A 3K6

Proposals must not be sent electronically. Proposals and their envelopes should be clearly marked with the name and address of the Proponent and the RFP title.

Page 15: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 15 of 49

Initials

9.0 PROPOSAL PREPARATION:

9.1 ALTERNATIVE SOLUTIONS

If alternative solutions are offered, please submit the information in the same format, as a separate Proposal.

9.2 CHANGES TO PROPOSAL WORDING

The Proponent will not change the wording of its Proposal after closing and no words or comments will be added to the Proposal unless requested by the City for purposes of clarification.

9.3 LIMITATION OF DAMAGES

The Proponent, by submitting a Proposal, agrees that it will not claim damages, for whatever reason, relating to the RFP or in respect of the competitive process, in excess of an amount equivalent to the reasonable costs incurred by the Proponent in preparing its Proposal. The Proponent, by submitting a Proposal, waives any claim for loss of profits if no agreement is made with the Proponent.

9.4 FIRM PRICING

Proposals must be firm for at least 60 days after the final date. Prices will be firm for the entire Contract period.

9.5 CURRENCY AND TAXES

Prices quoted are to be:

in Canadian dollars; inclusive of duty, where applicable; FOB destination, delivery charges included where applicable; and including GST & PST see (price Fee Summary Sheet Page)

10.0 ADDITIONAL TERMS

10.1 SUB­CONTRACTING

a. Using a sub­contractor (who must be clearly identified in the Proposal) is acceptable. This includes a joint submission by two Proponents having no formal corporate links. However, in this case, one of these Proponents must be prepared to take overall responsibility for successful interconnection of the two product or service lines and this must be defined in the Proposal.

b. Sub­contracting to any firm or individual, whose current or past corporate or other interests may, in the City’s opinion, give rise to a conflict of interest in connection with this project will not be permitted. This includes, but is not limited to, any firm or individual involved in the preparation of this Proposal.

10.2 LIABILITY FOR ERRORS

While the City has used considerable efforts to ensure an accurate representation of information in this RFP, the information contained in this RFP is supplied solely as a guideline for Proponents. The information is not guaranteed or warranted to be accurate by the City, nor is it necessarily comprehensive or exhaustive. Nothing in this RFP is intended to relieve Contractors from forming their own opinions and conclusions with respect to the matters addressed in this RFP.

Page 16: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 16 of 49

Initials

10.3 AGREEMENT WITH TERMS

By submitting a Proposal the Proponent agrees to all the terms and conditions of this RFP. Contractors who have obtained the RFP electronically must not alter any portion of the document, with the exception of adding the information requested. To do so will invalidate the Proposal.

10.4 USE OF REQUEST FOR RFP

This document, or any portion thereof, may not be used for any purpose other than the submission of Proposals.

11.0 SPECIAL CONDITIONS

a. A qualified Proposal is one which meets the needs and specifications of the City, the terms and conditions contained in the RFP. The Preferred Proposal is a qualified Proposal offering the Best Value, as determined by the City.

b. The City will decide whether a Proposal is qualified by evaluating all of the Proposals based on, but not limited to, the needs of the City, specifications, terms and conditions and price. The City Purchasing Manager and/or department head of the City will examine all Proposals and recommend which Proposal is in the City’s best interest.

c. A Proposal which is unqualified is one that exceeds the cost expectations of the City and/or does not meet the terms and conditions contained in the RFP and/or does not meet the needs and specifications of the City. The City reserves the right to reject any or all unqualified Proposals.

d. The City reserves the right to cancel this RFP at any time.

e. The City recognizes that Best Value is the essential part of purchasing a product and/or service and therefore the City may prefer a Proposal with a higher price, if it offers greater value and better serves the City’s interests, as determined by the City, over a Proposal with a low price. The City’s decision shall be final.

f. The City reserves the right to negotiate with a Preferred Proponent, or any Proponent, on any details, including changes to specifications and price. If specifications require significant modification, all Proponents shall have the opportunity to adjust their Proposals or re­submit altogether, as determined by the City Purchasing Manager and/or department head.

g. All equipment, goods and workmanship must conform to all Laws and Standards necessary for use in Canada and the Province of British Columbia.

h. The Successful Proponent, herein named the Contractor, shall guarantee that their Proposal will meet the needs of the City and that any or all items supplied and/or services rendered shall be correct. If the item(s) supplied by the Contractor and/or the service(s) rendered by it are in any way incorrect or unsuitable, all correction costs shall be borne solely by the Contractor.

i. All prices submitted on the Bid Sheet shall include delivery F.O.B. City Works yard or other destination point, as specified by the City, and the Contractor shall bear all risks of loss and/or damage.

j. Where only one Proposal is received, the City reserves the right not to make public the amount of the Proposal. The amount of the Proposal will be made public if a Contract is awarded.

Page 17: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 17 of 49

Initials

k. The City reserves the right to accept or reject a Proposal, where only one Proposal is received.

l. The City reserves the right in its sole discretion to accept or reject all or part of any Proposal which is non­compliant with the requirements of this RFP.

m. The City shall not be obligated either to accept or reject any non­compliance with the requirements of this RFP.

n. The City reserves the right to cancel the Contract for goods and/or services as outlined in this RFP, at any time, by providing thirty (30) days written notice to the Successful Proponent.

Page 18: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 18 of 49

Initials

12.0 SPECIFICATIONS OF POTENTIAL TRADE IN ENGINE:

1991 Anderson Engineered Triple Combination Pumper Simon Duplex D350 Cab and Chassis

GVW 40,420 lbs/18,334 Kg

Diesel Engine: 400 hp 6V92 TA, 2 cycle

Transmission: Allison HTB741 5 speed automatic transmission

Pump: 1250 Igpm Hale two stage pump 1200 Imperial gallon water tank ULC Listed

Foam system: Akron Class “A” and “B” foam system 10 gallon “A” tank, 40 gallon “B” tank

Vehicle Weight: 40,414 lbs / 18,331 kg

Hours: 10,026.6

Mileage: 102,588km

.

Page 19: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 19 of 49

Initials

13.0 SPECIFICATIONS

CITY OF PENTICTON SPECIFICATIONS – PART II

TRIPLE COMBINATION PUMPER TRUCK

13.1 GENERAL INSTRUCTIONS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The bidder shall submit four (4) sets of completed

specification documents, RFP forms, and attachments.

b. For each item in this RFP, the “Yes/No” column of the form must be completed. Bidder shall indicate “Yes” only where the equipment or service provided will fully comply with that item. If the mandatory criteria cannot be supplied, “No” shall be indicated and the “Specification/Variations” column must be completed with the specifics of the proposed alternatives. If necessary, the Bidder may also supply a separate document fully detailing the variation on a separate page, referring to the title and the item number.

c. Where the RFP asks for information the answer must appear in the “Specification/Variations” column.

d. The bidder shall specifically point out in his written RFP any circumstances where the minimum specification requirements may not be met.

e. RFP’s which do not meet specification, and for which retrofitting is impractical, will be disqualified.

f. The warranty coverage applicable to various components or assemblies shall be specified. Such warranty coverage to become effective from the date the apparatus is placed in service.

g. RFP can be based on a new or used apparatus as long as most requirements can be met. The apparatus and all accessory items shall be in current use in the fire service and have parts availability within a reasonable time/distance.

State parts/warranty dealer and location:

h. All bidders must supply a five (5) view drawing of the truck proposed. Drawings which are “For reference only” shall not be acceptable.

i. Unless otherwise specified, construction shall meet or exceed CAN/ULC S515­04 standard and NFPA 1901 latest edition.

Page 20: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 20 of 49

j. All items offered must comply with the requirements of all applicable Canadian Federal and Provincial (BC) regulations.

k. The specifications are to be considered as a minimum requirement and do not relieve the vendor of the responsibility of supplying a complete fully functional unit, suitable for the service intended.

l. Documentation supporting the vehicle is to be delivered with the vehicle, such documentation will include: • One maintenance manual and one parts list (in

hard copy) and one additional copy on CD­ROM. • Two operator manuals. • One set of repair manuals (hard copy and on CD­

ROM) Instructions shall include service, maintenance, repair and trouble shooting procedures for major and minor components of the chassis. A table of contents, wiring and air schematics shall be included. Parts lists shall include description, part numbers and quantities of all major and minor components.

• One “as built” wiring diagrams for complete unit ­ including chassis and body interface.

m. Bidder shall state the after sales service and parts support provided.

n. One (1) complete set of filters shall be supplied upon delivery. Filters may include but not be limited to Air, Fuel, Oil, Transmission, etc.

o. The apparatus and equipment shall comply with the Canadian Motor Vehicle Safety Standards and all Federal and Provincial Motor Apparatus laws that are applicable to the apparatus being used in British Columbia.

p. If further technical information is required, please contact Deputy Fire Chief Dave Spalding at (250) 490­2310.

13.2 TRAINING

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Four (4) training sessions shall be provided by a

qualified factory technician upon delivery. The intention is to have one training session for each shift to cover all key features relevant to the engine operator. These sessions will not be consecutive, and must be coordinated with the Deputy Fire Chief Dave Spalding.

b. One (1) maintenance training session shall be provided by a qualified factory technician upon

Page 21: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 21 of 49

delivery and must be coordinate with the Fleet Supervisor, Keith Manders.

13.3 CUSTOM CHASSIS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A custom Fire Truck with long four door cab and

chassis complete with the extreme duty type interior shall be provided. Bids on new or used will be accepted. Spartan Chassis is preferred.

State Make, Model, Year, Mileage and Hours offered.

___________________________________

b. State wheel base. State wheel base: ___________________________________

c. State vehicle GVW GVW _________________________

d. An extended wrap around front bumper that covers the full width of the cab shall be provided. A 14” extension is preferred.

State Exact Extension ________________

State material used to construct front bumper __________________________________.

e. A deep hose well shall be recessed into the extended bumper that will incorporate 100’ of pre­connected hose. The hose well shall have drain holes in the bottom and rounded edges to prevent damage to the hose. There shall be safety indicator to notify the pump operator when the line is deployed.

f. Two (2) corrosion proof tow eyes shall be mounted directly to the chassis frame rails, on each side of the front bumper, protruding through the top of the gravel guard. (Chicago Tow Eyes preferred)

State finish on the eyes

g. Two (2) corrosion proof Tow Eyes shall be mounted directly to the chassis frame rails, on each side, at the rear of the truck. They shall be mounted in an easily accessible location but not in a position to become a trip/safety hazard when working around the truck. (Chicago Tow Eyes preferred)

State finish on the eyes

h. The angle of approach of the finished apparatus shall not be less than 16 degrees.

State Angle of Approach: ___________________________________

13.4 ENGINE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The engine shall be an electronically governed,

turbocharged diesel engine with a minimum 450 hp. State Horsepower ________________________________

b. The engine shall be capable of delivering a minimum peak torque of 1550 lbs. ft.

State Peak Torque offered: ________________________________.

c. A certified power curve shall be furnished to show

Page 22: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 22 of 49

the gross horsepower and torque.

d. The engine shall carry the manufacturer’s standard warranty.

State Warranty Details: __________________________

e. The engine shall have an air compressor sufficient for fire service application.

State Make, Model and cfm: ___________________________

f. Emergency engine shut­down located on the pump panel – must include a procedure and training.

g. An hour meter shall be mounted in the cab incorporated into the gauge package

h. A programmable high idle switch shall be provided and mounted in the cab. The high idle switch shall be initially set at 1200 RPM.

State Model:

_________ ______________

i. A clutched fan drive shall be provided for the engine fan. A manual fan override with electric switch on the drivers’ instrument panel shall be installed.

j. A pressure sensing governor control shall be provided to control and modulate the engine governor (Fire Research INControl preferred). The PSG control shall be interlocked through the vehicle parking brake to prevent accidental operation and will disengage the vehicle foot throttle when in operation. The pressure sensing governor will allow the engine throttle to be governed to maintain either engine speed or fire pump water pressure.

State Type:

___________ ___________________

k. A 120 volt 1500 Watt AC engine block heater shall be installed to ease cold weather starting and decrease the engine warm­up cycle

State Type and Location:

____________ __________________

l. A recessed weatherproof male 120 volt “Shore Power” receptacle shall be installed and wired to the block heater, portable radio chargers, air compressor, battery conditioner and any other 110 volt chargers. This plug shall be the automatic self release type wired to the start button and include a light to indicate that power is on.

m. Engine shall be equipped with a Jacobs type engine brake.

State Model: ___________________________________

13.5 ENGINE AIR INTAKE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A dry type two stage cleaner shall be provided that is

properly sized for use with the specified engine. The air cleaner shall have a ember separator, a readily accessible replaceable element and shall meet the

Page 23: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 23 of 49

engine manufacturer’s guidelines for intake restriction. An intake restriction indicator shall be provided.

13.6 COOLING SYSTEM

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A pressurized cooling system shall be provided. The

cooling system shall incorporate a radiator of sufficient frontal area and coolant capacity to satisfy the engine manufacturer’s cooling recommendations for fire service conditions and use, and a desert climate. It shall also include an overflow tank of sufficient size for this application.

b. Long life antifreeze ­30 deg C required.

c. Prefer silicone type heater and radiator hoses State type of Hoses offered: ________________________________.

d. An auxiliary water to water cooler shall be supplied in the chassis cooling circuit to allow fire pump by­pass flow to aid in cooling the engine during pumping operations.

13.7 EXHAUST

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The exhaust system shall be shielded to prevent any

heat damage to compartments, wiring, plumbing or any other surrounding component of the truck.

b. The exhaust system shall discharge to the right side forward of the rear tires terminating to the Penticton Fire Department exhaust system. Mounting hardware for our current Nederman exhaust system shall be installed.

13.8 TRANSMISSION

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. An Alison EVS 4000 automatic transmission with

electronic controls shall be provided. The automatic transmission range selector shall be a key pad type shifter, illuminated for night operation and shall be located to the right of the driver. A transmission temperature gauge with warning light and buzzer shall be mounted in the cab.

State type:

________________________________

State warranty offered:

________________________________ b. Transmission shall be supplied with synthetic

lubricant.

Page 24: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 24 of 49

13.9 FOUR DOOR CAB

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The apparatus chassis shall be an Extended Long Four Door design with an approximately 10” raised roof. The interior shall be the extreme duty design.

b. The cab shall have seating for 6 (six)

c. All openings in the cab shall be grommeted or equipped with rubber boots to seal the cab from extraneous noise and moisture.

d. An electric over hydraulic cab tilt system will be provided and shall allow full access to the engine and all accessories mounted under the cab. A manual backup tilting system shall also be provided.

e. The cab must have a manufacturer’s rust perforation warranty.

State Warranty: ______________________________.

13.10 SEATS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Forward Cab ­ Two seats in total. The officer seat shall be a six way adjustable seat equipped with a Bostron secure­all quick adjust brackets (or equivalent) for SCBA. The driver seat shall be six way adjustable air ride suspension with no SCBA storage.

State make of Seats:

_______________________________

b. Crew area ­ Four seats in total. The seats shall be full size.

c. One (1) rear facing SCBA seat shall be equipped with Bostron type secure­all quick adjust brackets for SCBA air packs,

State make of Seats: ______________________________

Type of Locking Device: ______________________________

d. Three (3) forward facing seats shall be theatre style flip up seats equipped with Bostron type secure­all quick adjust brackets for SCBA air packs.

State make of Seats: ______________________________

13.11 SEAT BELTS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A three point seat belt with shoulder strap and

automatic retractor shall be provided for all occupants.

b. Driver and officer seat shall have the seatbelt

Page 25: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 25 of 49

orientation reversed.

c. All seat belts shall have large release buttons that can be released with a gloved hand.

13.12 CAB INTERIOR

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The ceiling of the cab shall be covered with

headliner material.

b. The cab shall have a laptop mounting system installed on the dash directly in front of the Officers’ seat. The mounting shall be for a Panasonic Toughbook Computer supplied by Penticton Fire Department.

c. There shall be an upright, floor to ceiling, storage cabinet behind the officers’ seat for the storage of medical supplies and miscellaneous equipment. The cabinet will be accessible from the exterior of the truck complete with a slam type door. The cabinet will be open to the inside of the cab on the rear facing side. A webbing type harness will be provided to prevent equipment movement within the cab. This cabinet will have two adjustable shelve dividing the compartment into 3 sections. There shall be room and a securing system for an “E” sized oxygen cylinder in carrying case (min 30” tall). and a second “E” size spare cylinder.

d. A second storage cabinet shall be installed between the upright cabinet and the rear facing seat. This cabinet will be low and wide to accommodate the storage of bunker gear. The cabinet shall be low enough as not to obstruct the view in any direction of the driver or passengers. The cabinet will be open to the rear with webbing on the top half to prevent the movement of equipment within the cab.

e. Preferred interior cab upholstery to be grey in colour.

State Colour offered

f. A grey durable vinyl type pebble grain texture floor covering material shall be provided. The floor covering shall have sound­proof insulation for outside noise. The cab entrance stepwell areas shall be covered with aluminum tread plate.

g. If available a ceiling console with storage compartments c/w closing doors shall be installed.

h. The cab interior shall be painted with a mar­ resistant finish such as Linex or similar product, prefer the colour to be grey.

State Colour offered: __________________________________

Page 26: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 26 of 49

i. The chassis shall be equipped as standard with heater, windshield defroster, and air conditioning for the entire cab. Separate controls in the rear will control air conditioning and heater.

j. Air conditioner shall be mounted on the ceiling clear of the dog house.

k. Helmet holders shall be installed for each seating position within the cab (Zico helmet holders model #Uhh­1 preferred). The holders shall be mounted in a reasonable location for accessibility but not to interfere with typical movement within the cab.

State type of helmet holders

________________________________

l. There shall be reflective striping on inside of all cab doors to warn oncoming traffic of an open cab door.

m. Sun visors for both front seat positions shall be installed.

13.13 CAB EXTERIOR

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Four (4) approximately 24” grab rails shall be

provided. The grab rails shall be located on each side of the front cab entrances. There shall be sufficient grab rails to safely enter and exit at each door. No step shall exceed 18” inches and shall be full width of the door with grip strut.

State type of material grab rails are manufactured with

________________________________

b. Two compartments shall be installed behind the rear doors in the extended cab portion. These compartments will be below the cab floor and have a slam door.

State inside compartment dimensions:

_______________________________.

c. All metal door handles shall have a backing plate to prevent paint scratching and wear.

State material used to construct the backing plates: _________________________________.

d. The cab exterior shall be painted utilizing existing Penticton Fire Department red and white colours. Exact colour scheme will be discussed at pre­ construction meeting.

13.14 MIRRORS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The cab shall be equipped with heated exterior

breakaway mirrors. The mirrors shall incorporate the rear view and wide angle mirror in the same head. In addition, both the main mirrors and wide angle mirrors shall be remote controlled and include LED clearance lights.

Page 27: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 27 of 49

b. The mirrors must be of a width and design as to not exceed the maximum vehicle width of 118”.

13.15 DIMENSIONS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The apparatus shall have the following exterior

dimensions including all mirrors, ladders, lights and any item that is mounted on the apparatus.

Overall Width(including mirrors): __________ (Max. width: 118”) Overall Height: ______________ (Max. height: 120”) Overall Length: _______________ (Max. Length: 372”)

b. If the unit exceeds the above listed maximum dimensions the manufacturer will be responsible to make modifications to the truck or fire hall to accommodate the truck to be parked in the City’s fire hall.

c. The dimensions shall allow the apparatus to maneuver in a confined area. Wheelbase: _____________

Front Overhang: _______________

13.16 FRONT AXLE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The front axle must have sufficient capacity to carry

the trucks finished weight. State Capacity:

____________________________

b. The axle shall be equipped with Fire and Emergency Service drum brake linings, dust shields and automatic slack adjusters.

c. Front springs shall be flat or tapered leaf design with a minimum rated capacity of the front axle capacity.

State spring design and capacity rating

________________________________

d. Heavy duty, double acting shock absorbers shall be provided. No suspension throttle bounce will be accepted.

13.17 STEERING

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A maximum curb­to­curb turning radius must be

detailed. LEFT Curb to Curb: ___________

RIGHT Curb to Curb:___________

b. The apparatus steering shall be capable of single hand operation at idle with the chassis fully loaded.

State type and make of steering system offered: _________________________________

Page 28: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 28 of 49

c. The column shall have an integral, self canceling turn signal and a padded steering wheel.

d. The steering column shall contain a horn button, four­way hazard switch and head lamp dimmer switch on turn lever.

e. A multi adjustable tilting and telescoping steering column shall be supplied.

f. The air horn and siren shall interface with the steering column horn.

13.18 REAR AXLE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The rear axle shall be provided with Fire and

Emergency Service drum brake linings, dust shields and automatic slack adjusters.

b. The rear axle shall have a minimum rated capacity of 24,000 pounds at ground

State Rated Capacity:

______________________________

c. The rear axle ratio shall provide a top loaded speed of 100 km/hr

State Axle Ratio:

______________________________

d. The vehicle shall be equipped with an Anti­lock Braking System (ABS) to provide controlled stopping under emergency braking conditions.

State Type:

______________________________

e. All wheel sensors are to be rigid mounted and completely sealed and corrosion resistant.

f. The chassis shall have a stability control system.

g. The bidder shall ensure that the axles shall be properly aligned. Written certification of this shall be provided at time of delivery.

h. The rear suspension shall be an air ride type design capable of carrying the full load of the truck.

13.19 WHEELS & TIRES

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Two (2) front tires shall be supplied that will be

sufficient for the G.V.W. of the fully equipped apparatus, matched to the rated axle weight, and stated turning radius. The tires shall be a brand name that is readily available.

State Brand and Size: __________________________________

State type of front wheel construction offered: __________________________________

b. Four (4) rear tires shall be supplied that will be sufficient for the G.V.W. of the fully equipped State Brand and Size:

Page 29: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 29 of 49

apparatus and matched to the rated axle weight. The tires shall have a lug type tread and be a brand name tire that is readily available.

_______________________________

State type of rear wheels offered: _______________________________

c. Each tire shall be equipped with a visual indicator or monitoring system that will indicate tire pressure.

State type and design: _______________________________

13.20 FUEL SYSTEM

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The fuel tank shall be a minimum 60 gallons. State size and material used:

_______________________________

b. The fuel tank shall be provided with a high capacity filler neck size with no flow restrictions

c. A fuel filler port shall be provided with the words “DIESEL FUEL ONLY” engraved in a minimum of 1” letters.

d. A fuel/water separator shall be provided and installed within the chassis fuel system. The separator shall be installed with isolation shut off valves.

State Make & Model: ___________________________________

13.21 AIR BRAKES

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Braking system must meet Canadian Motor Vehicle

standards and current ULC braking specifications.

b. The brake system shall also incorporate an air dryer, complete with heater.

c. A pull cord system for manually draining the reservoirs shall be supplied with remote drains. The pull cords shall be accessible for the side of the truck.

d. One air outlet to supply air tools shall be plumbed into the truck air system with manual fitting on the pump panel.

e. An automatic eject air inlet should be installed on the driver’s side inside the driver’s door well to keep the air system up to pressure while parked.

13.22 CHASSIS WIRING

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Sufficient batteries with a minimum of 625 CCA

each shall be provided and shall be easily accessible.

State CCA and number of batteries: __________________________________

Page 30: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 30 of 49

b. Any master switches shall not affect the four way flashers or any 12V equipment chargers that shall work at all times, and a junction box in the cab that will remain “live” at all times. Wiring for a computer should also be installed with exact details provided at pre­construction meeting.

c. The wiring shall be Weldon Technology V­MUX Multiplex type with a push button control module accessible for the driver and officer. The system shall include but not be limited to offer:

• System voltage meter • Ammeter • Emergency flasher • Headlamp flasher • Load management • Load sequencer • Back­up monitor • Temperature monitor • HVAC control • Relays • Circuit breakers • Door "open" system • Interlock modules • Engine monitoring devices • Separate interlock control • Special waterproof enclosures

State make and model: _________________________________

d. An alternator with regulator and external AC terminal shall be provided (minimum 270 amps). (Leece/Neville preferred)

State Make & Model:

____________________________

e. Two power point receptacles shall be installed on the dash to power external electronic equipment.

f. A Kussmaul Auto Charge 1000, battery conditioner with built­in isolator regulating equal voltage to all batteries shall be installed in the cab behind the officer’s seat. An expanded metal cover shall be installed over the battery conditioner. The conditioner shall incorporate a 10 amp Battery Saver to provide a 12 volt power supply for a mobile data terminal (MDT), radio or hand lights. The Battery Saver automatically disconnects the accessory loads from the battery when the shoreline is plugged in and powers them from an internal power supply.

g. An automatic eject waterproof shoreline receptacle & meter shall be wired to power the auxiliary accessories as specified, such as battery conditioner, block heater, and flashlight and portable radio chargers and shall be located in the

State Make & Model of receptacle:

__________________________________

Page 31: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 31 of 49

drivers door step well.

13.23 BODY WIRING

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The wiring harness shall be protected in a raceway

in the body with all connections sealed.

b. All marker lights and reflectors must conform to the Provincial and Federal Motor Vehicle Regulations

c. The Pump shift lever and pump engage indicator light shall be mounted in the cab convenient to the driver

13.24 INTERIOR LIGHTING & ACCESSORIES

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The chassis interior lighting shall include step lights

at door locations with door activated switches.

b. Red door activated LED lights shall also be provided on the lower inside of the four (4) doors.

c. Six (6) ceiling mounted lights, with one (1) red and one (1) white bulb in each light. Two­way switch on each light, one to control the red bulb, one to control the white bulb.

d. A high­intensity gooseneck style map light, c/w red and white bulbs shall be installed. Mounting location preferred at centre of cab, to be discussed at pre­construction meeting. The light shall be controlled by a separate switch on the light’s base.

e. One (1) handheld spot light/flood light with trigger style switch shall be supplied and installed on the cab dash in a location convenient to the officer. The light shall be wired directly to the cab electrical system. (Minimum 1,000,000 candle power)

State Make & Model:

______________________________

f. Six (6) Big Ed flashlights & chargers shall be installed in an easily accessible location. The chargers shall be 12 volt and hooked to the battery for continuous power when the master switch is turned off. (to be supplied by Penticton Fire Department).

g. One (1) charger for a T4Max Thermal Imager shall be mounted in the cab in an easily accessible location. (The thermal imager and charger to be supplied by Penticton Fire Department).

h. Two (2) Fire Vulcan LED flashlights shall be

Page 32: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 32 of 49

mounted in one of the cab storage compartments. (to be supplied by Penticton Fire Department).

i. One (1) charger/docking station for an M­40 gas detector shall be installed in the cab in an easily accessible location. Installation will include the mounting of the test gas cylinder. Mounting shall allow for cylinder replacement. (Docking station to be supplied by Penticton Fire Department).

j. A door ajar warning system shall be provided. The system shall provide audible and visual indication to the driver when any cab or compartment door is ajar. The system shall be deactivated when the park brake is engaged.

13.25 EXTERIOR LIGHTS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The cab exterior lighting shall include dual halogen

sealed headlights mounted in bright bezels, five (5) ICC lights (preferably LED), side marker lights, combination turn signals/parking lights mounted on side of cab, and 4­way flasher switch.

b. The headlights shall be wired to a multi­pulse “wig wag” control system and shall deactivate when the parking brake is applied.

c. Any dash switches shall be back lit and clearly labeled as to their function and easily accessible and within easy reach of the driver.

d. Turn signals shall be super LED, mounted in bright bezels above the headlight bezels.

State Make & Model of turn signals: ________________________________

e. Four (4) warning lights shall be installed in bright bezels above the headlights. The two (2) inside lights shall be red super LED lights. Two (2) outside lights shall be visible from the side of the truck for traffic approaching from a side angle.

State Make & Model of lights:

________________________________

________________________________

f. One (1) clear super LED light shall be provided in the front of the truck above the grill, at car windshield height level. The light shall shut off automatically when the parking brake is applied.

State Make & Model of Light:

______________________________

g. The cab shall be fitted with a super LED roof mounted warning lightbar. The controls shall be on the multiplex system

State Make & Model of Lightbar:

_____________________________ h. Two (2) split lens lights shall be provided on the

sides of the body, one over each rear wheel. One half shall be a red super LED, the other shall be an amber super LED turn signal.

State Make & Model of Light:

______________________________

Page 33: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 33 of 49

i. Two (2) red Whelen 50C00ZR Gradient Opti­ scenelights shall be installed, one on each side of the cab above the front Wheel Well. This light shall be active with the emergency lights and turn off when the emergency brake is activated.

j. Two (2) amber super LED lights shall be provided on the rear of the truck. The lights shall be mounted in separate raised bezels and easily visible to traffic from all angles.

State Make & Model of Light and type of Bezel

______________________________ k. Two (2) red super LED lights shall be provided on

the rear of the truck. The lights shall be mounted in separate raised bezels and easily visible to traffic from all angles.

State Make & Model of Light and type of Bezel

______________________________ l. Eight (8) ground lights shall be provided underneath

the truck. There shall be on each side ­ one (1) at the front, two (2) on each side, and one (1) at the rear. The front and the forward side light shall be close to the door step to light the ground under the step.

m. A super LED style red stop/tail, amber turn indicator, and clear back­up lights shall be provided. The lights shall be mounted in integral raised bezels.

State Make & Model of Light and type of Bezel

______________________________

n. One (1) super LED traffic advisor light shall be recessed in the rear of the truck body.

State Make & Model of Light: _____________________________

o. Two (2) Whelen 50C00ZR Gradient Opti­scenelights shall be installed on the front/side bumper that illuminate when the turn signal is activated.

p. Four (4) 12 volt clear super LED scene lights, one high on each side of the body and two at the rear as high as possible but below the warning lights shall be provided.

State Make & Model of Light:

_____________________________

q. Two (2) 12 volt clear scene lights, with 26 degree optics, one high on each side of the cab shall be provided and activated when a cab door opens.

State Make & Model of Light:

_____________________________

13.26 WARNING DEVICES

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A 200 watt siren, c/w microphone, shall be supplied

and installed in a location approved by the Penticton Fire Department, preferably flush mount. The siren is to be wired so the driver can select the siren mode from the foot switch. (Whelen 295 HFSA7 preferred). The siren shall be located close to the Officer seating position for easy access and

State Make & Model of Siren:

______________________________

Page 34: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 34 of 49

operation.

b. One (1) foot switches shall be provided for the driver, located at the front of the firewall in a location that would prevent the switches from being accidentally activated. This switch shall operate the air horn.

c. One (1) foot switches shall be installed in a convenient location for the officer to operate the air horns.

d. Two (2)100 watt speakers shall be mounted in the front bumper. The speakers shall be wired to the electronic siren located in the cab. The speakers shall be mounted so that is shall not interfere with the hose box.

State Make & Model of Speakers:

______________________________

e. One (1) push buttons connected to a buzzer and light in the cab shall be provided on the left rear of the body above tailboard.

f. One (1) backup alarm shall be installed

13.27 110 VOLT ELECTRICAL SYSTEM

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A Honda 5000 watt Generator shall be installed in

the pump module above the pump in an easily accessible location and vented according to manufactures recommendations.

State Make & Model:

_________________________________

b. The system shall have all ground fault breakers. The breaker box to be located in a compartment that is easily accessible and reasonable..

c. Four (4) Havis Magnifire 5000 truck mount extendable tripod scene lights model KR­SB 836DM­TM shall be supplied and installed. Two shall be mounted on the rear of the truck and two on the rear corners of the cab.

d. A 12 volt electric rewind cable reel with guides, and 200’ of 10/3 cable, shall be provided, The reel shall be adequately equipped with rollers and accessible from the passenger side. A junction box c/w light shall be provided on the end of the cable with at least four 20 amp 110 volt receptacles. The receptacles shall be weatherproof. The reel shall be mounted above the pump module.

e. Two (2) 110 volt weatherproof receptacles shall be installed, one on each side of the pump module. These receptacles shall have 2 twist lock 20 amp outlets per side.

Page 35: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 35 of 49

f. A 110V AC power bar shall be provided in the cab. This receptacle shall be connected to the shoreline power system. The exact location of the receptacle will be determined by the Fire Department during construction.

13.28 RADIO & INTERCOM SYSTEM

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Six (6) Motorola Turbo XPR6350 32 channel VHF

portable radio and chargers shall be supplied and installed in an easily accessible location. The chargers shall be wired to a continuous 12 volt power supply. (Radios supplied by Penticton Fire Department)

b. Install one Motorola Turbo XPR4550 VHF Mobile radio c/w extra stability mounts and ¼ wave short whip antenna. The radio shall be interconnected with the siren speaker public address system and the intercom system. Channel frequencies will be provided at time of pre­construction meetings. (Radio supplied by Penticton Fire Department).

c. A 7 position Sigtronics US­67S intercom system shall be supplied and installed. The system will be interfaced with the radio system. The system is to function with no interference or background noise. The driver, officer and pump panel shall be capable of two way communication.

d. There shall be a wireless system supplied for the pump operator to use while working at the pump panel.

13.29 PUMP MODULE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Removable access panels shall be provided around

each intake and discharge side valve. State type of metal construction of the access panels: ___________________________________

b. On the right side of the pump house, bolted to the front of the body, large folding steps, shall be provided, to aid in accessing the top of the pump house.

c. If room permits a compartment shall be incorporated into the top of the pump module with a hinged checker plate compartment door on the right side of the pump module. The door shall be mounted with a gas shock to hold the door in the open position.

Page 36: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 36 of 49

d. The control panel shall be hinged at the upper part which contains the gauges, to allow easier access for repair. A checker plate hood shall be provided over the gauge panel, with LED lighting (luma Bar or similar) mounted underneath. The gauges shall be angled down for improved visibility.

State type of metal used to construct pump panel: __________________________________

e. The pump module shall be enclosed at the bottom to retain heat and limit freezing. The cover shall be removable for warm weather operation and all drains shall be installed as to be enclosed in the heated compartment area during freezing weather.

f. The front of the pump module, behind the cab, shall be enclosed as tight as possible to limit loss of heat in cold weather conditions.

g. A 33,000 BTU coolant heater shall be installed in the pump module to keep the pump from freezing.

State brand and design:

__________________________________ h. A space for a 50 ft. 4” pony length shall be

incorporated into the pump panel side of the pump module.

13.30 PUMP & PUMP FEATURES

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The apparatus shall have a Hale Qtwo 1750 (1500

IGPM) two stage fire pump. The pump shall be mounted at the proper angle and location supplied by the apparatus manufacturer. Dynamically balanced drive lines shall be installed between the pump transmission and the rear axle. The pump gear ratio and gearbox type must be matched to the engine type, horsepower and torque.

State Warranty Details:

_______________________________

State Gear Ratio: _______________

State Gear Box Type: ____________ b. U.L.C. tests are to be performed and certified by

U.L.C. prior to delivery (ULC Tested, labeled & Listed)

c. The pump shift from road to pump shall be air actuated. A manual override shall be provided. An interlock system to prevent accidental engage/disengagement shall be provided. The shift function shall be controlled from in the cab. Two green warning lights shall be provided; one in the cab with the shift switch and one on the pump control panel. The lights shall be labeled “OK TO PUMP WHEN LIT”. This shall indicate that the drive unit has fully shifted from road to pump position.

d. An oil less primer shall be provided with the primer control mounted on the pump control panel.

Page 37: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 37 of 49

e. A Fire Research INControl pressure governor system as described earlier in these specifications shall be supplied to regulate the discharge pressure of the pump.

f. A thermal relief valve shall be provided.

g. A fully adjustable auxiliary 2½” relief valve will be provided on the underside of the pump.

h. All valves mounted directly to the pump shall be complete with locking handles. All valves shall be of the quarter turn, ball type design.

i. All suction and discharge valves to be equipped with an individual drain valve installed in such a way as to prevent freezing of the valve or the drainage system.

j. The pump shall be painted the same colour as the chassis to eliminate rusting as to provide a clean easy service to the pump area.

13.31 SUCTION

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. On each side of the apparatus there shall be one

main 6” intake complete with screens and a six inch (6”) NPS to four inch (4”) thirty degree down angle elbow, locking storz adapter with locking Storz blind cap and safety chain. This shall be painted “RED”

b. Both sides shall be equipped with an electric Master Intake Valve with a field adjustable pressure relief valve. The inlet valve shall be operated from the pump panel and be provided with a panel indicator with status lights. A manual override shall also be provided.

State type of valve & indicator used:

______________________________

c. There shall be one (1) four inch (4”) inlet located at the rear of the apparatus complete with an electric valve controller with panel mounted manual override and drain valve. This shall be painted “RED”

d. A four inch (4”) NPS to four inch (4”) thirty degree down angle elbow lightweight locking Storz adapter with locking Storz blind cap and safety chain shall also be provided for the rear suction.

e. Two (2) – 2.5” suction ports shall also be provided, one (1) on each side of truck, with valve, screen and chrome cap.

Page 38: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 38 of 49

f. One (1) 3” tank to pump valve shall be provided.

13.32 DISCHARGE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Five (5) 30 degrees, 2.5” discharges shall be

provided; two (2) on pump panel, two (2) on curb side and one (1) at the rear. The rear will be foam capable. All discharges shall be color coded to match the current Penticton Fire Department standard. Each will be complete with standard 2.5” by 1.5” reducers and 1.5” and 2.5” caps and cable retainers. All five (5) discharges will be a manual pull type valve.

b. All valves shall be Elkhart manual pull or electronic as specified in this document.

c. All discharges that are not foam capable will have a FRC Insight Ultimate flowmeter and traditional gauge. All foam capable discharges will have only a traditional gauge without a flowmeter.

d. One (1) 2.5” discharge with foam capability shall be mounted on the front bumper, curb side of hose box with automatic drain valve. This discharge will have the ability to swivel and will be a manual pull type valve.

e. On the right side of the pump module shall be one (1) 4”, 30 degree Storz discharge complete with reducer to 2.5”, cap and connector. It shall be equipped with an electrically driven worm gear and manual override. The 30 degree adapter and cap shall be painted “BLUE” and labeled as a discharge.

State type used:

___________________________

f. Two (2) 2” discharges shall be provided and plumbed one (1) to each side of the truck in the front compartment. This compartment will house a pre­connected hose in a slide out aluminum tray. This tray will be low in the compartment and will be large enough to contain 150 feet of 1 ¾ hose. Both of these discharges will be foam capable.

g. One 4” monitor discharge shall be provided above the pump house. It shall be supplied with an electrically driven worm gear controlled at the pump panel. A companion flange and full face gasket for a monitor flange shall be provided on the top of the discharge.

State type used:

___________________________

h. One Akron Deck Master 3440 monitor complete with Akron style 5177 Akromatic nozzle, stacking tips and stream straightener shall be supplied and installed with a 30 foot tethered remote control and pump

Page 39: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 39 of 49

panel mount control box with the automatic stow feature.

i. One Task Force Tip 18” Extend­A­Gun mount shall be supplied for the Deck Master monitor.

j. There shall be a warning system in the cab to notify the driver that the monitor is not in the “stowed” position. This will activate when the parking brakes are released.

k. One tank fill 3” discharge from the pump to the tank is to be provided.

l. All discharge, with the exception of the front bumper trash line and compartment pre­connects, shall be provided with a 30 degree droop, chrome plated with cap, stainless steel retainer cable and bleeder valve.

m. All 4” Storz caps shall be locking type. No Exception. All 3” or better valves shall be Elkhart slow close type (NFPA Standard).

13.33 PUMP PANEL

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The pump panel shall be located on the left hand

side of the pump house. It shall contain the following controls:

• Electric actuator worm gears for 3” valves or greater with graduated indicator lights to indicate position from open to closed

• Primer pump control • Volume/Pressure transfer valve • Pump cooler valve • Engine cooler valve • ULC test port • Pump tachometer outlet • LED water tank level gauge • Two (2) LED foam tank level gauges • Pressure gauge psi/kpa • Compound gauge psi/kpa • All suctions & discharges c/w gauges and drains as

described in this document • FRC Discharge gauges shall be in line with each

control handle for ease of reading • PSG control • Warning bell and indicator lights for low oil pressure,

low fuel and high water temperature • ULC test approved labels installed on panel • Engraved labels for all controls and gauges • Colour coding shall be provided around the gauges

and controls • Emergency diesel shut down switch with cover • Fuel gauge

Page 40: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 40 of 49

• Siren Control button • Monitor controls • A/B Foam Selector c/w flush • Foam fill system control • Hose spanners – Northline 2.5” & 4” (one pair per

side) • Radio Speaker c/w high/low volume switch.

13.34 BODY

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The tops of the side compartments shall be provided

with checker plate walking surface with the outside edge bent to form a drip rail.

b. Metal trim shall be provided on the bottom and sides of compartment door openings to prevent damage to the paint.

State type of metal trim: ________________________

c. Rub rails shall be provided along the lower edge of the body.

d. Six (6) spare SCBA bottle storage compartment shall be provided in the rear wheel wells, with cast aluminum doors. There shall be two (2) bottle tubes per compartment. There shall be two compartments on the right side and one on the left side forward of the rear tires. The tubes shall be made from aluminum with rubber inserts.

e. Rear wheel wells shall be equipped with fully removable wheel well liners for access to spring shackles.

State Construction Material:

________ _______________

f. Rear wheel wells shall be equipped with rubber fenderettes and heavy duty rubber mud flaps behind the wheels.

g. Four (4) collapsible wheel chalks (2 on each side) shall be supplied and installed in easily accessible slide out mounts under the truck body in front of the rear wheels.

h. The rear running board and the left and right side running boards below the pump panel shall be a grip strut or expanded grating to allow water and debris to fall through.

i. The rear running board shall incorporate a recessed tray to hold a hydrant bag. The tray shall be on the right side and constructed in such a way as to not interfere with the compartment doors. The bottom shall be expanded grating to allow for drainage. The tray shall be 20”long and 12”wide with a method of securing a 30 lb. hydrant bag.

Page 41: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 41 of 49

13.35 COMPARTMENT CONSTRUCTION

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. All compartment doors, unless otherwise stated,

shall be roll up type doors. Doors to have door closed sensors. ROM doors preferred.

State type of doors offered:

__________________________________

b. All compartments shall be “Sweep Out” design.

c. All compartments shall be provided with adequate drainage and louvers for ventilation. Each compartment shall be provided with Luma Bar style LED compartment lighting, mounted in protected locations and controlled by door ajar switches. Lights to provide for total compartment illumination regardless of shelf location.

d. The slide­out tool board mentioned shall be from aluminum plate and shall be the full height and depth of the compartment. One (1) slide shall be used at the top and bottom of the tool board. A gas shock shall be installed to hold the tool board in either the in or out position. The board shall be provided with a “hand­hold” cut­out.

e. Yellow Linex coating shall be installed on the interior surface of all compartments

f. Red Vynagrip (or equivalent) flooring shall be provided on all compartment bottoms, shelves, trays and pre­connect hose trays.

13.36 COMPARTMENT LAYOUT

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. On each side of the body, in front of the rear

wheels there shall be one compartment. The compartment shall maximize the space available and be as large as possible.

State Dimensions:

__________________________________

b. The left front compartment shall be equipped with three (3) adjustable shelves and one (1) roll­out tray. The tray shall have a capacity sufficient to carry 150 ft. of 1 ¾ pre­connected hose. The compartment must be plumed with a 2” discharge for the pre­connect.

c. The right front compartment shall be equipped with three (3) adjustable shelves. One (1) roll­out tray with a capacity to carry 150 ft. of 1 ¾ pre­ connected hose.

d. On each side of the body, behind the rear wheels, there shall be one compartment. The compartment shall maximize the space available and be as large

State Dimensions:

________________________________

Page 42: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 42 of 49

as possible.

e. The left rear compartment (behind rear wheels) shall be equipped with two full height slide out tool board and two adjustable shelves. The tool boards shall have mounting hardware for two (2) 44mm horseshoe high rise packs and one (1) 65mm horseshoe high rise packs. Mounting hardware for a pike pole kit shall be provided on the tool board if room allows. 20 lb Extinguisher mounting hardware shall be installed on the lower back portion of the tool boards. (pike pole & extinguishers to be supplied by Penticton Fire Department).

f. The right rear compartment shall be equipped with two (2) adjustable shelves and one (1) roll out shelf with a 250 lb. capacity. The roll out shelf shall have mounting hardware for a rescue saw and a vent saw. (saws to be provided by Penticton Fire Department).

g. Above the rear wheel, on the left side of the body, there shall be one compartment, equipped with one (1) fold out tool board. The tool board shall have mounting hardware for: ­ 2 axes ­ 1 pry bar ­ 1 set Bolt cutters ­ 2 double male adapters ­ 2 double female adapters ­ Piercing nozzle ­ Other Equipment to be determined at pre­

construction meeting.

State Dimensions:

______________________________

h. Above the rear wheel, on the right side of the body, there shall be one compartment equipped with one (1) adjustable shelf. The compartments shall be as large as possible.

State Dimensions:

______________________________

______________________________ i. At the rear of the truck, below the hose bed/water

tank and between the frame rails, there shall be one compartment. This compartment shall be equipped with one roll­out shelf with a weight capacity of 250 lb. This compartment shall have two slam type doors c/w latch.

State Dimensions:

_____________________________

13.37 HAND RAILS

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Hand rails shall be provided, down each beaver tail

to within 12” of the tail board, across the rear of the body just below the main hose bed and along the top sides of the main hose bed.

State type used:

________________________________

Page 43: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 43 of 49

Final hand rail approval by Penticton Fire Department after body assembly.

13.38 WATER TANK

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A 500 Imperial gallon polypropylene tank shall be

provided. The tank shall be constructed of extruded, high­impact resistant, U.V. stabilized, and stress relieved polypropylene. (“T” shape preferred)

State shape and construction:

_________________________________ _________________________________

b. A 10 gallon Class A and 30 gallon Class B foam cell will be incorporated into the tank.

c. The dimensions of the tank shall be engineered to keep the hose bed as low as possible and maximize the compartment space while staying within the overall maximum truck length of 31 feet.

d. The tank shall be designed to allow the left rear compartment to be the full depth for the entire height of the compartment.

State Dimensions:

_______________________________

e. An FRC tankvisioin LED liquid level indicator (or equivalent) shall be installed for the water tank and for both foam tanks. They shall be mounted on the pump panel in a highly visible location to the pump operator.

State Type and Make:

_______________________________

f. There shall be three large LED tank level gauges, one (1) on the rear and one (1) on each side of the front upper body that can be seen from a distance. These gauges shall be LED that show the water level in quarter tank increments. The water level sensor shall be an electronic pressure transducer that is externally mounted on the tank, eliminating the need for internal probes.

g. The tank shall have a horizontal passageway for the storage of a 24 foot two fly extension ladder.

h. The fill tower shall be constructed of .5” polypropylene. It shall measure 6” x 6” and extend to the top of apparatus. Its location shall the left front corner. The fill tower shall incorporate a removable perforated cover to prevent small objects from falling into the tank. The fill tower shall be mounted to allow air to escape while filling.

i. The tank shall be certified to comply with CAN/ULC S515­04 (current edition) prior to shipment to the truck manufacturer’s facility. A testing certificate shall be provided by an independent testing agency,

Page 44: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 44 of 49

other than the tank manufacturer.

j. State tank Warranty. A copy of the tank warranty shall be provided with the bid. All warranty work shall be done in Penticton.

State details of tank warranty:

13.39 MAIN HOSE BED

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. The main hose bed shall be located over the water

tank and be as large as possible to maximize hose carrying capacity.

State dimensions:

____________________________________

b. A durable weather resistant hose bed cover shall be provided. It shall provide full access to hose bed when vehicle in parked inside the fire hall taking into consideration low ceiling clearance.

State type of cover:

__________ ______________________

c. The hose bed shall also include three (3) removable and adjustable dividers.

d. The far left hose bed shall be the 1.75 bed and will be split into an upper and lower bed for deployment of two separate hand lines. The dividing shelf shall be hinged on the left side and shall lock/latch in the upright position for easy loading and safety. This bed shall be wide enough for a flat hose load double wide (min 7”). The upper bed shall incorporate a lift out tray for ease of loading.

e. The hose bed dividers shall be arranged to provide storage for the following quantities of hose starting from the left side of the hose bed:

• 600’ of 1.75” hose in 50’ lengths (200’ on upper and 400’ on lower bed).

• 1200’ of 2.5” hose in 50’ lengths. • 1000’ of 4” hi­volume supply hose in 100’

lengths. (Hose to be provided by Penticton Fire Department).

f. It shall be complete with plastic “Vynagrip” inlays or equivalent system to allow drainage and air circulation around the hose.

g. There shall be no sharp edges or protruding bolt heads that could result in personal injury or damage to hose while being loaded or unloaded.

Page 45: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 45 of 49

13.40 LADDER STORAGE

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. Zico Quick Lift ladder rack model LAS (or

equivalent) shall be supplied and installed on the right side of the apparatus. The rack shall be mounted high on the apparatus to maximize compartment space but not exceed the maximum height restrictions. The rack shall have the capacity for the following ladders:

• One (1) 35 foot – 3 section Duo­Safety • One (1) 14 foot Duo­Safety roof ladder • One (1) 10 foot Duo­Safety attic ladder

b. There shall be horizontal storage compartment incorporated into the water tank to accommodate a 24 foot ladder. The ladder shall slide into the compartment above the rear storage compartment and below the hose bed. The compartment shall be at a reasonable height for deployment.

• One (1) 24 foot Duo­Safety 2 section ladder

** All ladders are to be supplied by the truck manufacturer.

13.41 PAINT, FINISH & LETTERING

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. All painted surfaces shall be thoroughly sanded,

cleaned and phosphatized in preparation for painting.

b. The truck shall be sanded and finish painted before mounting of body to assure full coverage of paint to all cab and body surfaces. The paint colours and codes shall be provided by the Penticton Fire Department at the pre­construction meeting.

c. All removable items, ie: brackets, lights, mirrors, etc. shall be painted separately or removed to insure finish paint behind mounted items. Body components that cannot be finish painted upon assembly shall be finished before assembly.

d. A reflective trim and lettering package shall be installed to the specifications of the Penticton Fire Department.

e. It shall include one (1) 4” white and two (2) 1” white 3M Scotchlite diamond grade reflective stripes on the red painted portions of the apparatus with a 1” red painted stripe between the 4” and 1” white stripe. On all non red painted surfaces there shall be one 4” white, two 1” red and two 1” white 3M

Page 46: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 46 of 49

Scotchlite diamond grade reflective stripes to effectively circle around the perimeter of the truck. Photos to be provided by Penticton Fire upon request.

f. “Penticton Fire Department” shall be put on the two front doors with reflective lettering to Penticton Fire Department standards.

g. A reflective “KEEP BACK 150 METRES” sign shall be installed on the rear of the truck with 3” high letters minimum.

h. “Engine 201” shall be installed in reflective lettering on each cab rear door to Penticton Fire Department standards.

i. “E201” in 18” black letters shall be installed on the roof of the cab.

j. Rear Chevrons shall be installed as required by NFPA 1901. Chevrons colour shall be white and red.

13.42 FOAM SYSTEM

DETAILED DESCRIPTION YES NO SPECIFICATION / VARIATION a. A Foampro 2002 dual class foam system shall be

provided.

b. The foam system shall be equipped with a foam strainer and shall have a system that allows remote filling of the foam tank and shall be connected with sufficient flow meters and multi­flo interface/digital control displays in order to monitor its function.

c. The foam system shall be connected in order to supply foam to the following discharges: • Trash line – bumper • Left & right pre­connects (in compartment) • rear 2.5” discharge

d. The system shall be designed so it can be flushed completely with fresh water without any disassembly.

e. There shall be a truck mounted foam tank refill system supplied for the class “A” foam tank (Waterous preferred). The system shall allow for the refill of the foam tank from a pump operator’s panel inlet. The system shall provide a button to engage the pump system, which automatically fills and stops when the tank is full. An indicator light notifies the operator that the operation is complete. A suction hose and pick­up wand shall also be provided.

State Make & Model:

___________________________________

Page 47: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 47 of 49

13.43 OPTIONS

DETAILED DESCRIPTION YES NO Additional Cost a. An AM/FM radio c/w speakers to be installed in the

ceiling console above the driver seating position.

b. A 12 volt brow light shall be mounted in the front centre of the cab. This light will be independent of the emergency lights.

c. Upgrade of the wrap around front bumper to polished stainless steel.

d. Upgrade to polished tow eyes, two front and two rear.

e. Upgrade from the 5 k/watt Honda generator to a PTO driven 8k/watt Onan(or similar). Upgrade to include the package of PTO on transmission, the cost of the generator and installation.

f. Upgrade cab with Keyless entry touch pad locking system if available.

g. Upgrade cab door window controls to electric, with all window controls accessible to the driver.

h. If not standard the cost to upgrade the front wheels to aluminum c/w chrome covers.

i. Upgrade the rear outer wheels to polished aluminum c/w chrome covers.

j. Upgrade the four Havis Magnifire 5000 extendable tripod lights to a Knight 2 Model KL450 command light c/w with auto park, pump panel controls and a 15’ tethered remote controller.

k. If not standard upgrade the pump access panels to stainless steel.

Page 48: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 48 of 49

14.0 REFERENCES:

References in the format noted below must be provided. If there are special concerns or restrictions on our use of the reference, these concerns must be addressed in the submission.

• Description of the project; • Status of the project, completed, in progress, on hold; • Company name; • Contact name; • Contact phone number; and • Contact email address.

Description of the project:

Status of the project: i.e. completed, in progress, on hold or other:

Company Name: Contact Name:

Contact Phone Number: Contact e­mail address:

Description of the project:

Status of the project: i.e. completed, in progress, on hold or other:

Company Name: Contact Name:

Contact Phone Number: Contact e­mail address:

Description of the project:

Status of the project: i.e. completed, in progress, on hold or other:

Company Name: Contact Name:

Contact Phone Number: Contact e­mail address:

Page 49: TRIPLE COMBINATION PUMPER TRUCK Pumper Truck.pdf · g. “Preferred Proponent” means the Proponent who submitted the favoured Proposal. h. “Premises” shall mean building(s)

City of Penticton ­ Fire Pumper Truck – RFP Page 49 of 49

15.0 EVALUATION CRITERIAMATRIX

Evaluation Criteria Matrix for Triple Combination Pumper Truck Request for Proposal

The evaluation team will apply the following criteria to the RFP evaluation process:

Price shall mean: a) Quoted prices from qualifying Proposals evaluated by $50,000 increments.

Delivery Date shall mean: a) The specified delivery date of a finished Triple Combination Pumper Truck from the confirmed date

ordered. b) Delivery date will be weight based on a monthly basis.

Ability to meet specifications and workmanship shall mean: a) The direct experience the City of Penticton has had with a Dealer/Manufacturer. b) Referenced by other municipalities on their experience with a Dealer/Manufacturer. A minimum of three (3) references will be required.

Maintenance/Service/Repair shall refer to: a) Parts – are parts readily available within BC, Canada, USA, or other. b) Is technical support readily available during regular business hours either by phone, email or

internet? c) Consideration of types and length of warranty.

Criteria Weight Score

Weight Key Not Satisfied Score =0

Somewhat Satisfied Score =1

Satisfied Score =2

Very Satisfied Score = 3

1. Price – based on 40%

2. Delivery Time 10%

3. Ability to meet specifications and quality workmanship

30%

4. Warranty/Service/ Repair and availability of parts

20%