Invitation for Bids Rescue 1 Moultonborough, NH April 26, 2011 Joel R.
Table of Contents Advertisement………………………………………………… 3 Scope of Work or Specifications and Conditions……………..
TOWN OF MOULTONBOROUGH Invitation for Bids Heavy Rescue Truck Sealed bids for the provision of a Heavy Rescue Truck will be accepted until 2:00 p.m. on Thursday, April 26, 2012 in the Offices of the Select Board, 6 Holland Street, PO Box 139, Moultonborough, NH 03254 at which time they will be opened and publicly read aloud. The general specifications are for a heavy rescue fire apparatus with a 6 man custom cab, forward and tilt design, powered with a diesel engine.
Scope of Work or Specifications and Conditions 1.) General Description of the Project, Materials and Quantities The general specifications are for a heavy rescue fire apparatus with a 6 man custom cab, forward and tilt design, powered with a diesel engine. The apparatus shall have a 16 to 18 foot Rescue body with transverse compartments comprised of double sided 50-70% slide out tool boards with “Pac Trac” mounting panels (or equivalent), slide out trays capable of handling loads between 500 to 1,000 lbs.
6.) Pre-Bid Conference, Questions, and Supplements There will be a pre-bid conference at 2:00pm on April 17, 2012 at Moultonborough Town Hall. Any questions with respect to this invitation must be received, in writing by mail (above address), fax (603.476.5835) or email (cterenzini@moultonboroughnh.gov), by Carter Terenzini, Town Administrator, no later than 4:00 p.m. on April 19, 2012.
Proposals received from Bidders who do not manufacturer the chassis shall provide a separate warranty which is issued jointly and severally by, both the Bidder and the chassis manufacturer. This document shall be included in the bid response package.
12.) Force Majeure Force Majeure: The time for performance hereunder shall be extended for any delay or default in performing hereunder if such delay or default is caused by conditions beyond the Contractor’s control including, but not limited to Acts of God, natural disasters (earthquakes, hurricanes, floods), wars or riots, or performance failures of parties beyond the control of the Contractor (e.g.
Town of Moultonborough Rescue Truck Bid Form (Please Print in Ink or Type) Name of Bidder: _________________________________________________ Address: _________________________________________________ _________________________________________________ Contact Person: _________________________________________________ ______________________ _______________________ Telephone Fax _________________________________________________ Email ATTENTION: Mr. Joel R.
Bid Form Rescue Truck Page 2 Item Price B. Payment 2 $_________________ (In Figures) _______________________________________ Dollars and _________ Cents (In Words) C. Payment 3 $_________________ (In Figures) _______________________________________ Dollars and _________ Cents (In Words) D. Payment 4 $_________________ (In Figures) _______________________________________ Dollars and _________ Cents (In Words) E.
Bid Form Rescue Truck Page 3 Time for Delivery: I will deliver this equipment to you within __________ days (In Figures) of your notice to proceed (exclusive of the time you take to review and approve my submittals). I understand that the town reserves the right to reject any and all bids, and waive any minor or nonmaterial informalities, if deemed to be in its best interests. I understand that the Town may hold my bid for forty five (45) days prior to awarding a contract.
Exhibit A – Specification Checklist for Item # 1 The general specifications are for a heavy rescue fire apparatus with a 6 man custom cab, forward and tilt design, powered with a diesel engine. The apparatus shall have a 16 to 18 foot Rescue body with transverse compartments comprised of double sided 50-70% slide out tool boards with “Pac Trac” mounting panels (or equivalent), slide out trays capable of handling loads between 500 to 1,000 lbs.
IV. Overall Intent Details of construction and materials where not otherwise specified are left to the discretion of the contractor, who shall be solely responsible for the design and construction of all non-specified features. The completed vehicle shall conform to the requirements of the National Fire Protection Association Pamphlet No. 1901, latest edition, for Motor Fire Apparatus, and shall exceed 1901 where specified herein for all applicable equipment noted.
V. Road Test Certification A road test shall be conducted with the finished apparatus fully loaded. During this time, the apparatus shall not show loss of power and/or overheating. The transmission driveshaft or shafts and rear axle shall run free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, shall have not less than 25% or more than 45% of the weight on the front axle and not less than 55% or more than 75% on the rear axle.
VII. building owned or occupied by the Town, or its use by the Town during the above specified period with permission of the manufacturer, shall not constitute acceptance. Liability The bidder, if his bid is accepted, shall defend any and all suits and assume all liability for use of any patented process, device, or article forming a part of the completed vehicle or any appliance under the contract.
Moultonborough Fire-Rescue Department Specifications for Custom Chassis Heavy Rescue Fire Apparatus Bidder Complies Yes No INSPECTION TRIP One (1) inspection trip for up to four (4) Town personnel shall be made to the manufacturer's facility during the course of construction of the apparatus. Air travel (for distances over 250 miles), meals, and lodging expenses shall be included.
F. Unless otherwise specified, a minimum of one (1) copy of complete, as delivered apparatus and chassis operation and general maintenance instructions including, but not limited to the chassis, engine, transmission, axles, and lubrication charts shall be supplied.
SPECIAL NOTE ON SUBSTITUTIONS Where a subassembly manufacturer’s name or “brand” name for a product is given in a specification description, the product identified is the desired product to use. Manufacturers using a product other than the named product must take an exception to the paragraph. Where the words “or equal” are used in a paragraph in reference to an identified product, an apparatus manufacturer can make an equal product substitution without taking an exception to the specification paragraph.
curb to curb radius, and bumper swing radius, inside radius. The calculations must be performed according to SAE J-695. No exceptions will be permitted to this section of the document.
A Lubrication section shall be provided in the manual. This section shall provide all lubricant types and capacities for the vehicle. Included in this section of the manual shall be lubrication diagrams to visually locate the lubrication points of the vehicle. An electronic Electrical System Manual shall be provided. This manual shall provide complete wiring schematics for the vehicle. The manual shall be provided with diagrams of the vehicle showing the wiring harness routing within the vehicle.
ORIGIN OF MANUFACTURER Any manufacturer submitting a proposal or bid to these specifications shall meet the following conditions: 1. The manufacturer of the apparatus herein specified shall be wholly owned (100%) and managed by a company, corporation and/or parent company that is wholly based and permanently resides in the United States of America. 2.
Frame engine cutouts shall be made with a plasma torch to minimize the heat affected zone of the cut. All cutouts shall have a minimum of 6 inch transitions between rail flange cut depths to reduce the stress concentrations throughout the cutout area. The root of all transition areas shall have a minimum of a 2 inch radius to reduce stress concentrations at the root. The frame rails shall be powder coated prior to chassis painting to reduce the effect of harsh road chemicals.
ALUMINUM WHEELS Two (2) polished aluminum wheels shall be supplied and installed on the front axle. The wheels shall be highly polished on the outboard side. WHEEL TREATMENT The aluminum wheels shall be supplied with wheel treatment for a bright finish and wheel protection. FRONT WHEEL TRIM The front axle shall be trimmed with mirror finish, 304L grade, non-corrosive stainless steel 'baby moon' hub caps with an opening for viewing the oil seal cover, and bright finished nut covers.
shall be provided with a guard to prevent accidental deployment of the tire chains. AIR SYSTEM An air brake system meeting the requirements of the FMVSS-121 shall be provided. The system shall consist of three (3) reservoirs with a 4,362 cu. in. volume. The air system shall consist of the following components: Dual air system with dual gauges and a warning light and buzzer. Spring actuated parking brake built into the rear axle brakes with a manual control and warning light in the cab.
weatherproof adapter kit shall provide a recessed mounting for the Air Eject. A self closing, yellow, weatherproof cover shall be used to provide a water-tight seal for the Air Eject. The Auto Air Eject assembly shall be mounted on the exterior of the cab behind the driver's door. MERITOR/ROCKWELL/WABCO ABS BRAKE SYSTEM A four channel, single rear axle model, MERITOR/ROCKWELL/WABCO ABS Braking System shall be supplied.
Cramp Angle - Cramp angle is set to achieve the greatest turning radius possible. Each front wheel is set to zero degrees. The wheel is then turned until it reaches the steering stops. This measurement is the cramp angle. TIRE PRESSURE MONITORING DEVICE Each tire installed on the apparatus shall be equipped with a tire pressure monitoring device. The device shall consist of a valve stem cap with an LED tire alert to indicate tire pressure conditions.
vibration rubber "iso" mounts shall be used for mounting of the charge-air cooler to the engine radiator. The charge air piping between the engine and charge-air cooler shall be aluminum tubing with a wall thickness of .065 inch. The system shall utilize four (4) ply silicone rubber woven Nomex hoses with stainless steel pressure bands. All clamps used on the charge air piping are to be stainless steel constant torque and shall be installed at each joint.
Corrosion inhibitor shall be provided as an additive to the chassis cooling system. SPARK ARRESTOR A spark arrestor shall be installed in the chassis air intake system. This arrestor shall be mounted behind the intake grille to filter out airborne embers. HORTON FAN A HORTON fan clutch shall be installed on the engine. A manual switch shall be provided in the dash, to over ride the fan control in event of fan failure or conditions that may result in overheating of the engine.
FOUR-MODE-FIVE SPEED PROGRAMMING The transmission shall be programmed for five speeds. The transmission shall have the following gear ratios. First - 3.49 Second - 1.86 Third - 1.41 Fourth - 1.00 Fifth - 0.75 Reverse - 5.03 The transmission shall shift from first through fourth gear without operator intervention. In order to achieve fifth range in the transmission the operator must depress the mode button on the shift selector. The chassis shall be geared for the top speed in 5th gear.
FIRETRUCK CAB The apparatus shall be designed to operate in emergency conditions. These conditions require the apparatus to maneuver into areas at a high rate of speed. To facilitate in these operations a cabover-engine design is required in order to reduce the overall length of the apparatus thus increasing the maneuverability. The cab design must be such to provide safe and efficient transport of emergency personnel.
shall have exterior and interior paddle type latches for ease of opening with a gloved hand. The paddle latches are to have a rubber gasket, on the outside, separating the handle from the finished painted surface. FRONT DOORS The cab front doors shall be of the full-length design enclosing the entire step area of the cab. The door shall be a minimum of 38-1/2 inches wide and 74 inches tall. The front door windows shall have a minimum of 712 square inch area of viewing glass per door.
WINDSHIELD WIPERS Two speed electric pantograph wipers shall be installed. These wipers shall have minimum 24" blades and have 28 1/2" wet arm electric pump washers. A 70 oz. Minimum windshield washer reservoir shall be furnished. STEERING WHEEL AND COLUMN The steering column shall be a tilt / telescopic type with an integral high beam / turn signal control switch. The column shall have self-canceling design for the turn signal switch. A 4-way warning "Hazard" light switch shall be mounted on the column.
BATTERY BOX TRAY - STAINLESS STEEL The battery box trays shall be stainless steel to reduce the corrosive potential of the tray. The battery hold down and brackets and hardware shall also be made of stainless steel. There shall be black Dri-Dek matting installed beneath the truck batteries. BATTERY BANK A single battery system shall be provided, utilizing four (4) high cycle type Group 31 batteries.
ENGINE DOGHOUSE The engine doghouse inside the cab will be padded with a layer of sound and heat absorbing foam and covered with heavy duty vinyl trim upholstery to match or accent the interior of the cab. The underside of the engine enclosure shall be covered with a sandwiched material for interior cab noise and heat rejection. The insulation for protection from heat and sound shall keep the dBa level within the limits stated in the current edition of NFPA 1901.
GRAB HANDLES Additional molded grab handles shall be installed inside the cab. The handle shall be located on the officer's side on the A post and one each side on the B Posts side of the crew area doors. RADIO COMPARTMENT WITH DOOR Beneath the officer's seat there shall be a radio compartment with interior dimensions of 19-1/2" wide x 17" long x 7" high. This compartment shall have a side mounted diamond plate door mounted on a piano hinge.
area. All white LED's shall be operated by opening any cab door. The same lights shall be provided with a red LED mode where the driver has switched control of the officer and crew area red lighting. STEP WELL LIGHTING Four step well lights shall be supplied. The lights shall be Whelen OS Series white LEDs with angled chrome plated covers, one in each step well. All step well lights shall be illuminated when any door is opened and the battery selector switch is on.
DRIVER INSTRUMENTATION AND CONTROLS The cab dash panel shall have black textured anti-glare surface. The gauges shall have red LED back lighting for enhanced visibility. The instrument panel shall include the following gauges and indicators.
shown in the LCD panel. LOW FUEL LIGHT A "Low Fuel" warning light and alarm shall be installed in the dash message center. This light shall illuminate when the apparatus fuel level reaches 25% of the fuel remaining. TRANSMISSION OVERHEAT WARNING LIGHT A transmission oil temperature light with alarm shall be provided on the dash message center. LOW VOLTAGE WARNING A low voltage indicator light shall be installed on the dash message center.
CUP HOLDERS There shall be two (2) recess mounted cup holders mounted on top of the doghouse console. MULTIPLEXED ELECTRICAL SYSTEM The apparatus shall be equipped with a Class 1 ES-Key Management System for complete control of the electrical system devices. This management system shall be capable of performing load management functions, system monitoring and reporting, and be fully programmable for control of the electrical system.
12VDC TRIPLE POWER POINT A triple outlet 12 volt, socket (cigarette lighter) type, receptacle shall be provided. The power point shall be wired to direct battery power with the appropriate wire size and fuse. The power point socket shall be centered on the front area of the engine doghouse for use by the driver and/or officer.
ROAD SAFETY KIT One 2-1/2# ABC DOT Approved fire extinguisher and one set of DOT approved hazard triangles in plastic case shall be supplied with the apparatus. They shall ship loose with the apparatus. CAB CRASHWORTHINESS TEST Crew safety and Cab crash worthiness is extremely important to the Town. Certificates of testing & compliance shall be provided with each bidder’s proposal.
ROOF MOUNTED SPOTLIGHT One (1) GOLIGHT Inc., model 2020 , remote controlled, spotlight shall be hard wired into cab electrical system. The spotlight shall incorporate the Cr5 PentaBeam bulb and shall be capable of 370 degrees of horizontal rotation and 120 degrees of vertical elevation/depression. The remote on/off toggle control panel shall be mounted in the overhead panel one each side. The GOLIGHT spotlight shall be mounted on the cab roof, behind the light bar centered from left to right.
The air system piping and electrical harnesses shall not be installed in the frame at the time of the frame painting. This shall insure complete coverage of paint behind those areas, as well as to insure that the air piping and wiring harnesses do not have paint applied to them, hindering troubleshooting. INTERIOR FINISH The entire interior of the cab shall be painted with spatter paint, solid black in color. Black spatter paint is selected for ease of repairs when the interior is scratched.
SEATS All seats regular crew listed below shall be H.O. Bostrom brand seats, Red three point shoulder harness seat belts shall be provided for each seat. DRIVER'S SEATING POSITION The seat shall be high back air ride suspension, high back seat with fore and aft slide adjustment. OFFICER'S SEATING POSITION The seat shall be SCBA type seat with a fixed bottom cushion and a pivoting head rest. The seat shall contain a SCBA filler pad for when the bottle is not in use.
VEHICLE DATA RECORDER Apparatus shall be equipped with a Class1 “Vehicle Data Recorder and Seat Belt Warning System” (VDR/SBW) The VDR/SBW will function per NFPA requirements The VDR data shall be downloadable by USB cable to a computer using either Microsoft™ or Apple™ Operating Systems using Class 1/ O.E.M. supplied reporting software. SEAT BELT WARNING SYSTEM There shall be a seat belt indicator system supplied in the cab.
driver and officer. Q2B MECHANICAL SIREN A FEDERAL Q2B siren shall be mounted recessed in the cab front grille. To eliminate inadvertent operation the mechanical siren shall be operable only when the Master Warning Light switch is in the "ON" position. A momentary rocker switch shall be provided in the driver's switch panel for operation of the siren brake. This switch shall be backlit with the legend "SIREN BRAKE".
The apparatus manufacturer shall provide a base (parts and labor warranty) to the original Town of the custom built apparatus for a period of twelve (12) months, The warranties shall commence on the date the vehicle is delivered to the Town. Detailed warranty documents which shall be provided upon request.
The rear vertical corners of the apparatus body shall be recessed to provide a mounting area for telescoping light poles. COMPARTMENT ROOF CONSTRUCTION Each compartment top shall have a bolt in 12-gauge stainless roof section for supporting roof loads of up to 500 pounds per square foot without permanent roof deformation. REAR FRAME EXTENSION The rear chassis frame extension system shall consist of a interwoven dual .625" thick steel drop frame extensions with a transverse 4" x 3" x .
COMPARTMENT VENTILATION Each compartment shall be provided with a laser cut stainless steel louver to provide adequate ventilation. There shall be filters provided for compartments L1, L3, R1, R3 and RR1. The protective louver covering the filter shall be removable to allow for filter changing. The filter shall be 100% virgin nylon fiber in an open web design that is USDA approved.
BODY FENDERS - POLISHED The apparatus body fenders shall be made from 16 gauge polished stainless steel and shall be rolled, die stamped and fully removable. The stainless steel fenders and stainless fender liners shall be fastened with stainless bolts and ESNA nuts to the outer fender panel. REAR AXLE MUD FLAPS Two (2) black, anti-sail, mud flaps shall be mounted behind the rear wheels.
REAR BODY REFELCTIVE CHEVRON STRIPING The rear-facing vertical surfaces of the rear taillight panels and the rear body area beside the full height rear door(s), visible from the rear of the apparatus, including the rear compartment door(s), shall be equipped with six (6) inch wide retro-reflective striping in a chevron pattern sloping downward and away from the centerline of the vehicle at an angle of 45 degrees.
BODY SIDE SCENE LIGHTS There shall be two each side body side scene lights installed as high as possible and spread out as far as possible on both sides of the apparatus body. The lights shall be Whelen M6ZC white LED Scene lights. The scene lights shall be operated by a switch located in the driver's area of the cab. BODY REAR SCENE LIGHTS There shall be two rear scene lights installed as high and as wide as possible on both sides of the rear of the apparatus body.
provided. The lights shall be recess mounted one (1) each on the front and rear box ends of both side coffin compartments. QUARTZ LIGHT SWITCHING The Quartz Lights shall be switched with a pair of breakers in the load center. One breaker shall be for the left side and one breaker for the right side of the apparatus. 12-volt, switches shall be wired through 120-volt relay(s) and shall be located in the cab switch panel for the apparatus body quartz lights.
front of the apparatus, centered beneath the front bumper. REAR TRAILER RECEPTACLE One (1) 7 pole trailer light receptacle with a weatherproof cover and mating plug with a 6 inch pigtail shall be provided on the rear of the apparatus. 12V RECEPTACLES Four 12-volt DC receptacle with a weather proof cover shall be provided adjacent to each receiver for power to the portable winch QUICK MOUNT RESCUE WINCH A Ramsey 9,000 lb. Winch assembly, Model QM 9000 12V, shall be provided.
ALUMINUM TRAY - PULL OUT-TRANSVERS Two (2) heavy duty dual pullout full transverse tray shall be installed, it shall be equipped with Slide Master rollers and a latch to hold the tray in the in and out position and shall be made from .190" aluminum with a maximum capacity of 2000 pounds. The heavy duty pullout trays shall be installed in following compartments.
POLY BIN Three white .5 thick poly bins with lifting slots shall be provided. The bin(s) shall measure 21.5" wide x 20.0" long x 13.0" high. APPARATUS BODY ELECTRICAL SYSTEM All body electrical shall conform to NFPA 1901 latest edition standards. The apparatus shall be equipped with a heavy-duty 12-volt negative ground system. The apparatus shall be equipped with a Class1 Es-Key Management System for complete control of the electrical system devices.
shall be in the L1 compartment. WEATHER RESISTANT TUBING The AC wiring in the apparatus body shall be installed in seal tite weather resistant conduit. SPARE LINE VOLTAGE BREAKER POSITIONS There shall be two (2) spare 240-volt AC breaker positions accommodated for in the design and installation of the line voltage breaker panel. No circuit breakers or additional wiring is provided and the panel knock out will remain in place. These positions will be provided for future wiring expansion by the department.
HEADLIGHTS Four (4) rectangular halogen headlights shall be supplied. When the parking brake is released and the master battery switch is in the on position, the head lamps shall be illuminated to 80% brilliance. TURN SIGNALS Two rectangular Federal Signal, model QL64Z-TURN, LED turn signal lamps shall be mounted outboard of the front headlights on each side. These lights shall be amber in color.
The warning lights shall be programmed for Hi-power with the same flash pattern for both the right and left light head. FRONT INTERSECTION LIGHTS Two Red Whelen warning lights, M6, Linear Super-LED light heads shall be mounted one on each side of the cab over the front wheel with a Whelen chrome plated flange. ALTERNATING HEADLIGHT WARNING The headlights shall be provided with an alternating headlight feature. When the High Beam is selected the headlights shall become a standard high beam.
delivering a total of 210,000 lumens of floodlighting. The light towers functions shall including "auto stow feature " and shall be operated by a hardwired pistol grip remote that is supplied with the tower. The light tower control shall be located in compartment L1. A green strobe light shall be supplied with the light tower mounted at the highest position. A switch shall be provided on hand held control head for strobe light.
The cord reel cord shall terminate with a NEMA L14-30R, 30 amp twistlock female receptacle. ELECTRICAL CORD JUNCTION BOX Two Akron junction box, model EJB shall be provided. The junction box is to be powder coated safety yellow and be provided with rubber feet on the bottom of the box. Two yellow powder coated mounting brackets, model EJB-VMT is to be shipped loose with the apparatus for final installation by the department.
REFLECTIVE SHELF/TRAY STRIPING 3M brand Scotchlite red/white reflective striping shall be affixed to the front face of all shelves and pull out trays. MISCELLANEOUS FASTENERS One (1) bag of assorted fasteners (bolts, nuts, screws and washers) of the type used in construction of the apparatus shall be provided as follows. 10 YEAR BODY STRUCTURALWARRANTY The manufacturer shall provide a body structural warranty to the Town for a period of one hundred twenty (120) months.
Financial Points of contact shall be confirmed Any open or remaining order or contractual documents if not previously completed shall be. MISCELLANEOUS SUPPLIED ITEMS The Town is most interested in ensuring the equipment be mounted in the exactly as it intended therefore the following shall be completed after a pre-installation meeting with the entire Town.
cylinder with cubic footage and pressure to completely deploy the water & foam solution when both are filled to the correct level & pressure. This system shall also be installed with the proper plumbing and regulators, gauges, and controls needed to safely pressurize and depressurize the system when fire suppression operations are starting or have been completed. Included in this system shall be pre-piped hose reel.
Shall have been in the fire apparatus service & repair business for a minimum of twenty years The founder (s) of the service company shall have been in the firefighting industry for a minimum of twenty five years Technicians shall have been factory trained by the OEM for completing service to this vehicle.
Shall be within 100 miles from the Moultonborough Public Safety Facility. Rt 25 Moultonborough NH APPARATUS PRE-DELIVERY The Apparatus shall receive a predelivery check over & cleaning prior to final delivery to the department.