request for proposal - connecticut · 2020. 8. 25. · request for proposal proposal packages must...

81
Michael Maniscalco, MPA Town Manager Town Hall 1540 Sullivan Avenue, South Windsor, CT 06074 | Tel (860) 644-2511 Ext 200 | Fax (860) 644-3781 | [email protected] T O W N O F S O U T H W I N D S O R REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PROJECT Purchase of one (1) 2020, or newer Fire/Police Vehicle Commercial Chassis / Custom Body Purchase of Fire/Police Vehicle Equipment Appendix “B” Purchase of Fire/Police Vehicle Radio Systems Appendix “C” INFORMATIONAL REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed on or near November 30, 2020 with a municipal approval expected in December 2020. Proposal packages must be received at 1540 Sullivan Avenue, South Windsor, CT 06074 (Attn: Michael Maniscalco) no later than the date/time listed above. Postmarks are not accepted. Late proposals will be returned unopened. Hand deliveries should be made to the Town Manager’s Office at 1540 Sullivan Avenue, South Windsor, CT 06074. Submit a complete original proposal and three (3) bound copies in a sealed envelope. Mark the outside of the envelope RFP FIRE/POLICE VEHICLE, RFP FIRE/POLICE VEHICLE EQUIPMENT, or FIRE/POLICE VEHICLE RADIO SYSTEMS respectively. Questions and/or additional information concerning this RFP must be submitted in writing via email to: Paul Soderburg, Chairman Apparatus Replacement Committee South Windsor Fire Department [email protected] Phone: 860-490-4879 Please do not contact any other Town/Fire personnel about this RFP unless authorized prior to contact. Violating this rule is grounds for rejection of proposal. The Town of South Windsor reserves the right to reject any or all Proposals, to waive any informalities in any Proposal, award portions of the proposals, and to qualify the firms that best meet the Town’s needs.

Upload: others

Post on 29-Nov-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

Michael Maniscalco, MPA

Town Manager

Town Hall 1540 Sullivan Avenue, South Windsor, CT 06074 | Tel (860) 644-2511 Ext 200 | Fax (860) 644-3781 | [email protected]

T O W N O F S O U T H W I N D S O R

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL PROJECT

Purchase of one (1) 2020, or newer Fire/Police Vehicle – Commercial Chassis / Custom Body

Purchase of Fire/Police Vehicle Equipment – Appendix “B”

Purchase of Fire/Police Vehicle Radio Systems – Appendix “C”

INFORMATIONAL

REQUEST FOR PROPOSAL

Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be

completed on or near November 30, 2020 with a municipal approval expected in December 2020.

Proposal packages must be received at 1540 Sullivan Avenue, South Windsor, CT 06074 (Attn:

Michael Maniscalco) no later than the date/time listed above. Postmarks are not accepted. Late

proposals will be returned unopened. Hand deliveries should be made to the Town Manager’s Office

at 1540 Sullivan Avenue, South Windsor, CT 06074.

Submit a complete original proposal and three (3) bound copies in a sealed envelope. Mark the outside

of the envelope RFP – FIRE/POLICE VEHICLE, RFP – FIRE/POLICE VEHICLE – EQUIPMENT, or

FIRE/POLICE VEHICLE – RADIO SYSTEMS respectively.

Questions and/or additional information concerning this RFP must be submitted in writing via email to:

Paul Soderburg, Chairman – Apparatus Replacement Committee

South Windsor Fire Department

[email protected]

Phone: 860-490-4879

Please do not contact any other Town/Fire personnel about this RFP unless authorized prior to

contact. Violating this rule is grounds for rejection of proposal.

The Town of South Windsor reserves the right to reject any or all Proposals, to waive any informalities

in any Proposal, award portions of the proposals, and to qualify the firms that best meet the Town’s

needs.

Page 2: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed
Page 3: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Volunteer Fire Department 1175 Ellington Road

South Windsor, CT 06074

860-644-8547

www.southwindsorfire.org

1938 - 75th Anniversary – 2013

To: Bid Requester

From: South Windsor Fire Department Apparatus Committee

Subject: Fire Apparatus/Equipment “Request For Quote”

The South Windsor Fire Department appreciates your interest in our “Request For Quote” for a

replacement piece of fire apparatus and/or associated equipment. The attached specifications

provide detail on the requirements of this project. On the next page, you will find specific terms

relative to the management/timing of purchase orders, equipment warranty and delivery terms.

If there are any questions regarding the specifications/terms, please forward your questions to

the address below:

Regards,

Paul Soderburg

Chairman – Apparatus Replacement Committee

Email – [email protected]

Page 4: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Volunteer Fire Department 1175 Ellington Road

South Windsor, CT 06074

860-644-8547

www.southwindsorfire.org

1938 - 75th Anniversary – 2013

Bid/Quotation Outline

1. Intentions of Bid - The specified equipment was identified for the purpose of supporting

a new vehicle delivery and/or its associated equipment.

2. Timing of Purchase - Based on the equipment delivery time, SWFD will award various

portions of the bid list to the chosen bidder(s) to align with the delivery date of the

vehicle. Hence, the pricing must be committed to by the bidder for a period of 365 days.

3. Purchase Order Placement - SWFD reserves the right to award sections of the

Equipment and Radio bid to various providers.

4. Pricing – All pricing must be provided on a “per-unit” basis and extended for the

complete buy. Should SWFD require quantities other than the bid quantity, the seller will

need to support the purchase and pricing at the bid price.

5. Substitutes – Should the “seller” include recommendations for an alternate solution to

the provided specification, they must include manufacturers specifications and detail all

differences.

6. Warranty – Unless otherwise specified, should any deficiencies be identified within the

manufacturer’s warranty period, the seller shall manage the return/repair or replacement

of the device with the manufacturer or distributer. This is to include all freight and

handling related charges.

7. Freight – All quoted pricing need to include freight to the following address:

South Windsor Fire Headquarters

1175 Ellington Road

South Windsor, Connecticut 06074

Page 5: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

TABLE OF CONTENTS

1.0 BUSINESS TERMS

1.1. GENERAL INFORMATION

1.2. INTENT OF SPECIFICATIONS

1.3. SPECIAL CONDITIONS

1.4. MATERIAL AND WORKMANSHIP

1.5. PRICES AND PAYMENTS

1.6. BID EVALUATION

1.7. SUBMISSION OF BIDS

1.8. EXCEPTIONS TO SPECIFICATIONS

1.9. “OR APPROVED EQUAL” CLAUSE

1.10. ADDENDUMS AND INTERPRETATIONS

1.11. TECHNICAL INFORMATION

1.12. APPROVAL DRAWINGS

1.13. DELIVERY TIME / DELIVERY DAY COMMITMENT

1.14. BOND REQUIREMENTS

1.14.1. BID BOND

1.14.2. PERFORMANCE BOND, 2 YEARS

1.15. CONTRACT AWARD

1.16. SALES ENGINEER

1.17. RESPONSIBILITY OF THE BIDDER

1.18. BIDDERS AFFIDAVIT

Page 6: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

1.19. NON-COLLUSIVE BIDDING CERTIFICATION

1.20. DESIGN CRITERIA

1.21. QUALITY AND WORKMANSHIP

1.22. APPROVED PAINT FACILITIES

1.23. TECHNICAL EVALUATION

1.24. PERFORMANCE TEST AND REQUIREMENTS

1.24.1. VEHICLE STABILITY

1.24.2. APPARATUS PERFORMANCE

1.24.3. UNDERWRITERS LABORATORIES

1.24.3.1. GENERAL

1.24.3.2. PERSONNEL

1.24.3.3. LOW VOLTAGE ELECTRICAL SYSTEM AND WARNING SYSTEM

CERTIFICATION

1.25. USERS LIST

1.26. FAMILARITY WITH LAWS

1.27. NFPA 2016 STANDARDS

1.28. VEHICLE INSPECTION PROGRAM CERTIFICATION

1.29. GENERATOR TEST

1.30. TAXES

1.31. LIABILITY

1.32. INSURANCE

1.32.1. COMMERICAL GENERAL LIABILITY INSURANCE

Page 7: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

1.32.2. COMMERICAL AUTOMOBILE LIABILITY INSURANCE

1.32.3. UMBRELLA/EXCESS LIABILITY INSURANCE

1.32.4. PRODUCT LIABILITY INSURANCE

1.32.5. UMBRELLA/EXCESS LIABILITY INSURANCE

1.33. BID AWARD

1.34. DELIVERY

1.35. LOCAL REPRESENTATION

1.36. SERVICEABILITY REQUIREMENTS

1.37. TRAINING PROGRAM

1.38. SAFETY VIDEO

1.39. PRE-CONSTRUCTION CONFERENCE

1.40. INSPECTION TRIPS

1.41. DELIVERY

1.42. PRE-DELIVERY CHECKLIST

1.43. INFORMATION REQUIRED AT DELIVERY

1.44. MANUALS

1.44.1. MANUALS – WIRING DIAGRAMS – 12 VOLT SYSTEM

1.44.2. MANUALS –ELECTRICAL WIRING MANUALS – 110 VOLT SYSTEM

1.44.3. MANUALS – “AS BUILT” PARTS MANUALS

1.44.4. MANUALS – ENGINE AND TRANSMISSION

1.44.5. MANUALS – OPERATOR MAINTENANCE AND WARRANTY

1.44.6. MANUALS / INTERNET SITE / SERVICE PLAN

Page 8: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

2. WARRANTY / SERVICE INFORMATION

2.1. WARRANTY

2.2. WARRANTY TERMS

2.2.1. WARRANTY – ONE (1) YEAR MATERIAL AND WORKMANSHIP

2.2.2. WARRANTY – THREE (3) YEAR MATERIAL AND WORKMANSHIP

2.2.3. WARRANTY – ELECTRONIC MODULES

2.2.4. WARRANTY – STRUCTURAL INTEGRITY

2.2.5. WARRANTY – ROM DOOR MATERIAL AND WORKMANSHIP

2.2.6. WARRANTY – SIX (6) YEAR GENERATOR MATERIAL AND WORKMANSHIP

2.2.7. WARRANTY – GRAPHICS

2.2.8. WARRANTY – BRIGHTWORK

2.2.9. WARRANTY – TOWING/ROADSIDE ASSISTANCE

2.2.10. WARRANTY – WARNING EQUIPMENT, CAB

2.2.11. WARRANTY – CAB PAINT

2.2.12. WARRANTY – CHASSIS PAINT

2.2.13. WARRANTY - CORROSION

2.2.14. WARRANTY – WARNING EQUIPMENT, BODY

2.2.15. WARRANTY – BASIC BODY

2.2.16. WARRANTY – BODY STRUCTURE AND CORROSION

2.2.17. WARRANTY – BODY PAINT

2.2.18. VEHICLE - GENERAL SERVICE

2.2.19. WARRANTY – CAMERA SYSTEM

Page 9: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

3. CERTIFICATIONS

3.1. AMP DRAW REPORT

3.2. OPERATIONAL TEST PER CURRENT NFPA STANDARD

4. CHASSIS / CAB REQUIREMENTS

4.1. MANUFACTURER / MODEL

4.2. COLOR

4.3. ENGINE

4.4. EXHAUST TERMINATION - PLYMO-VENT

4.5. TRANSMISSION / TRANSFER CASE

4.6. PTO

4.7. WHEELBASE

4.8. GVW

4.9. TIRES

4.10. TIRE PRESSURE MANAGEMENT

4.11. WHEELS

4.12. BRAKING

4.13. MUD FLAPS - REAR AXLE

4.14. 12 VOLT BATTERY / CHARGING SYSTEM

4.15. FUEL TANKS

4.16. MIRRORS

.

4.17. FRONT BUMPER / GRILL

.

4.18. FOG LIGHTS

Page 10: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

4.19. ROOF CLEARANCE LIGHTS

4.20. DAYTIME RUNNING LIGHTS

4.21. CAB ACCESS STEPS

4.22. AIR CONDITIONING

4.23. CAB FLOOR COVERING

4.24. SEAT(S) / COVERING

4.25. WINDOWS / DOOR LOCKS

4.26. AIR BAGS

4.27. VEHICLE RADIO

4.28. BACK-UP CAMERA

4.29. BACK-UP ALARM

4.30. VEHICLE DATA RECORDER

4.31. CAB WIRING

4.31.1. CENTER CONSOLE

4.31.2. RADIO ANTENNAS)

4.31.3. WARNING LIGHT – MODEM ANTENNA

4.31.4. MOBILE RADIO EXTERNAL SPEAKER MOUNTING

4.32. VEHICLE INFORMATION TAGS

5. APPARATUS BODY

5.1. GENERAL CONSTRUCTION

5.2. COMPARTMENT FABRICATION

5.3. ROOF CONSTRUCTION

5.4. SUPER STRUCTURE ALUMINUM

Page 11: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

5.5. STEPPING, STANDING AND WALKING SURFACES

5.6. REAR WHEEL WELL LINERS AND FENDERETTES

5.7. BODY RUB RAILS

5.8. FRONT AND REAR TOW EYES

5.9. BODY PAINT

5.9.1. MANUAL SURFACE PREPARATION

5.9.2. CHEMICAL CLEANING AND PRETREATMENT

5.9.3. SURFACE PRIMER

5.9.4. FINISH SANDING

5.9.5. SEALER PRIMER

5.9.6. BASECOAT PAINT

5.10. BODY MUD FLAPS

5.11. FUEL FILL

5.12. COMPARTMENT LIGHTS

5.13. REAR VEHICLE SURFACE

5.14. REAR STEPS

5.15. COMPARTMENT DOORS

5.16. SWEEP-OUT COMPARTMENT FLOORS

5.17. DRIP MOLDING

5.18. COMPARTMENT LOUVERS

5.19. ACCESS PANELS

5.20. LEFT SIDE COMPARTMENTS

5.21. RIGHT SIDE COMPARTMENTS

Page 12: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

5.22. REAR COMPARTMENT

5.23. FLOOR / SHELF COVERING MATERIAL

5.24. OPEN COMPARTMENT LIGHT

5.25. WHEEL WELL COMPARTMENTS

5.26. RESCUE BODY ROOF ACCESS STEPS

5.27. SHORELINE POWER

5.28. REFRIGERATOR

6. EMERGENCY LIGHTING

6.1. GENERAL

6.2. CAB ROOF LIGHTBAR

6.3. GRILL WARNING LIGHTS

6.4. INTERSECTION WARNING LIGHTS

6.5. BODY SIDE WARNING LIGHTS

6.6. BODY REAR MOUNTED WARNING LIGHTS

6.6.1. REAR FMVSS LIGHTING

6.7. BACK-UP LIGHTS

6.8. REAR LIGHTING TAIL-LIGHT BEZEL

6.9. LED MESSAGE ARROW BOARD

7. SCENE LIGHTING

8. DC ELECTRICAL STANDARD

9. HYDRAULIC GENERATOR

Page 13: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

9.1.1. GENERATOR INSTRUMENTATION AND CONTROLS

9.1.2. WIRING

9.1.3. WIRING IDENTIFICATION

9.1.4. CIRCUIT BREAKER PANEL

9.1.5. ELECTRICAL OUTLET INSTALLATION

9.1.6. ELECTRICAL SYSTEM TESTING

9.1.7. ELECTRIC CABLE REEL (110 VOLT)

10. VEHICLE LETTERRING

10.1. CAB-DRIVERS/OFFICERS DOORS

10.2. CAB-PASSENGER DOORS, DIRVERS/OFFICERS SIDE

10.3. CAB-FRONT, LOCATION TBD

10.4. CAB-FRONT, LOCATION TBD

10.5. RESCUE BODY ABOVE COMPARTMENT DOORS LH/RH SIDE

10.6. TRUCK BODY, REAR FACING

11. VEHICLE REFLECTIVE MATERIAL

11.1. SIDE REFLECTIVE MATERIAL

11.2. CHEVRON GRAPHICS REAR

11.3. COMPARTMENT SHELF STRIPING

12. SPECIAL PRICING CONSIDERATIONS

12.1. CHASSIS

Page 14: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

12.2. ENGINE

12.3. DUAL LARGE CAPACITY FUEL TANKS WITH SKID PLATE

12.4. WHEELS

12.5. LED MESSAGE BOARD

12.6. SCENE LIGHTS

12.7. GENERATOR

Page 15: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 1 of 63

BUSINESS TERMS

1.1. GENERAL INFORMATION

Each bidder must indicate his compliance with these specifications by WRITING “YES” or “NO”

in next to each paragraph of this specification. Indicating “YES” to a paragraph will mean full

compliance; indicating “NO” will mean an exception is being taken. All exceptions must be fully

explained on a separate page, titled “Exceptions”, giving reference to the page and paragraph

where the exception is being taken. Failure to comply with this requirement will result in the bid

proposal being rejected. (No Exceptions)

It is the intent of these specifications to secure apparatus constructed to withstand the severe and

continuous use encountered during emergency fire-fighting services. The apparatus will be of the

latest type, carefully designed and constructed with due consideration to the nature and

distribution of the load to be sustained.

These specifications detail the requirements for general design criteria of cab and chassis

components, fire pump and related components, water tank, body, electrical components, painting,

and equipment. In evaluating the bid proposals to determine which proposal is the most

advantageous, these major items will be considered.

Apparatus and equipment must meet the specific requirements and intent of the requirements as

specified herein. All items of these specifications will conform to the character of the proposed

apparatus and the purpose for which it is intended. Criteria as specified by the National Fire

Protection Association Pamphlet No. 1901, latest edition, “Suggested Specifications for Motor

Fire Apparatus”, as approved by the American Insurance Association and International

Association of Fire Chiefs, is hereby adopted and made a part of these specifications the same as if

they were written out in full, insofar as they apply and are not specifically modified in the

following detailed specifications. Bidder will provide only that equipment as required in the

following specifications.

The fire apparatus and equipment to be furnished in meeting these specifications must be the

products of an established, reputable fire apparatus and/or equipment manufacturer. Each bidder

will furnish satisfactory evidence of the manufacturer’s ability to construct, supply service parts

and technical assistance for the apparatus specified. The Manufacturer must state the location of

the factory and location for post delivery service.

Each bidder will supply proof of product liability insurance equal to or exceeding $25,000,000.00.

This will be provided as part of the proposal. (No Exceptions.)

The apparatus manufacturer as conforming to all applicable federal motor vehicle safety standards

will certify the chassis in effect at the date of contract. This will be attested to by the attachment

of a FMVSS certification label on the vehicle by the contractor who will be recognized as the

final manufacturer.

The successful bidder will be responsible for preparing and maintaining a record file of parts and

assemblies used to manufacture the apparatus. These records will be maintained in the factory of

Page 16: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 2 of 63

the bidder for a minimum of twenty (20) years. File will contain copies of any and all reported

deficiencies, all replacement parts required to maintain the apparatus, and original purchase

documents including specifications, contract, invoices, incomplete chassis certificates, quality

control reports and final delivery acceptance documents, the purchaser will have access to any and

all documents contained in this file upon request.

Bids will be addressed and submitted in accordance with the advertised “Bid Notice”. The words

“Fire Apparatus Bid”, the date, and the bid opening time must be stated on the face of the bid

envelope. It is the bidder’s responsibility to see that their proposals arrive on time. Late

proposals, telegram, facsimile or telephones bids will not be considered.

Each bid will be accompanied by a detailed description of the apparatus and equipment it proposes

to furnish. It is the intent of these specifications to cover the furnishing and delivery of a complete

and soundly engineered apparatus equipped as specified. Minor details of construction and

materials, where not otherwise specified, are left to the discretion of the contractor, who will be

solely responsible for the design and construction of all features.

Brand name or model numbers are specified for some items. These have been carefully selected

because of their reliability and availability for replacement locally. In order to be most responsive,

items named, or an item “equal to” the particular item specified by brand name or model, should

be contained in the bid proposal. It is the bidder’s responsibility to prove to the Purchaser that an

item bid as “equal to” a particular specified item, is truly of equal quality, design, and function as

the specified item. The Purchaser maintains the right to make a final decision as to the

acceptability of an item bid as “equal to” a particular specified item.

No exception will be allowed for any of the aforementioned instructions. Bids not submitted in

accordance with these instructions will be rejected.

In addition to the vehicle, the bidder will have the option to submit bids proposals for the

following:

A. Vehicle Equipment – As defined in Appendix “B” B. Radio Communications Equipment – As defined in Appendix “C” Should a vehicle bid include pricing for appendix “B” or “C” these will be treated as independent

bids. When awarding the order, the Buyer has the option to select or omit either the vehicle

purchase or the material specified in respective appendix. In addition, the order for the

components in appendix “B” or “C” will not be contingent on the vehicle purchase.

1.2. INTENT OF SPECIFICATIONS

It is the intent of these specifications to describe, in detail, the minimum requirements for

furnishing a complete apparatus manufactured and equipped as hereinafter specified.

These specifications cover only the general requirements as to the type of construction and certain

details such as; finish, equipment and appliances with which the apparatus and the successful

Page 17: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 3 of 63

bidder must conform. Minor details of construction and material where not otherwise specified

are left to the discretion of the contractor, who shall be solely responsible for the design and the

construction of all features.

The apparatus proposed, in addition to complying with these specifications, shall also comply with

the appropriate current requirements of the National Fire Protection Association (NFPA), the

Department of Transportation, the Federal Motor Vehicle Safety Standards, and the Society of

Automotive Engineers in effect on the date of the bid unless stated otherwise in these

specifications.

Proposals shall only be considered from companies who are, or represent, an established reputable

company in the field of fire apparatus construction which has been in business for a minimum of

20 years.

Each bidder shall furnish satisfactory evidence of their, or represented company's, ability to

construct the apparatus specified, and shall state the location of the factory where the apparatus

will be assembled.

Each bid shall be accompanied by a set of contractors' specifications consisting of a detailed

description of the apparatus and equipment proposed. These specifications shall indicate make

and model of all component parts and equipment.

The apparatus and major components shall be built in North America or the bid shall be rejected

immediately with no further explanation given or required.

1.3. SPECIAL CONDITIONS

No bid will be considered unless the bidder can meet the special conditions stated herein.

The bid criteria of both the Bid Specification and the Bid Specification overview must be met.

The complete apparatus must be manufactured in the United States of America.

1.4. MATERIAL AND WORKMANSHIP

All equipment furnished will be guaranteed to be new and of current manufacture, to meet all

requirements of these specifications, and to be in intended use condition at time of delivery.

All workmanship will be of high quality and accomplished in a professional manner so as to

insure a functional apparatus with a pleasing, aesthetic appearance.

Page 18: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 4 of 63

1.5. PRICES AND PAYMENTS

The bid price will be F.O.B. Destination, on a delivered and accepted basis at the Fire

Department.

Total price on bidder's proposal sheet must include all items listed in these specifications. Listing

any items contained in the specification as an extra cost item, unless specifically requested to do

so in these specifications, will automatically be cause for rejection.

Bidder will compute pricing less federal and state taxes. It is understood that any applicable

taxes will be added to the proposed prices, unless the purchaser furnishes appropriate tax exempt

forms.

1.6. BID EVALUATION

Purchaser and designated Fire Department Representatives will evaluate bids received. This

evaluation will be based as a minimum on the following criteria:

a) Commitment for expedient delivery

b) Commitment to the general conditions contained herein, including warranty

c) Completeness of the proposal, i.e., the degree that it responds to all requirements and requests

for information contained herein

d) Manufacturing and delivery schedule

e) Contractor’s demonstrated capabilities and qualifications

f) Equipment suppliers and/or local representative’s demonstrated capabilities/d

qualifications

1.7. SUBMISSION OF BIDS

Bidders are required to return these specifications as part of their written bid proposal. Bids shall be

submitted only in the format hereinafter set forth and on the forms attached. Any bid not in

accordance with these instructions, in the form prescribed, containing bids not asked for, or not

completing all statements on the bid forms, shall be cause for rejection. Proposals that contain any

omissions, erasures, alterations, additions, items not called for in the bid documents, or those that

contain irregularities of any kind, shall not be considered. All signatures shall be in ink, and no

proposal shall be considered unless signed.

Page 19: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 5 of 63

Bids shall be submitted in a sealed envelope endorsed on the outside with the statement, "New

Fire Apparatus Bid" and bearing the date and time of the bid opening. Bids received after the

designated time shall not be accepted or opened and shall be returned to the sender. The bid

price shall be good for a period of ninety - (90) days from the date of the bid opening.

1.8. EXCEPTIONS TO SPECIFICATIONS

The specifications shall be strictly adhered to. Exceptions may be allowed only in the sole

judgment of the purchasing authority if they are equal to or superior to items specified. All

exceptions and deviations shall be listed and fully explained on a separate page entitled

"Exceptions to Specifications" and shall reference the page number of the specification.

Bidders shall place a check in the appropriate column on the right hand side of the page to

signify compliance or noncompliance with each item of these specifications.

Proposals taking total exception to these specifications shall not be considered.

All paragraphs that are checked as a "No", or "Non-compliant” shall be explained on the

exception page. The term "Exceeds" or other like terms shall not be acceptable as an

explanation of noncompliance.

If no exceptions are taken, and compliance is indicated, then it shall be understood that the

apparatus shall be built exactly to the required specifications as written.

The apparatus shall be inspected upon delivery for compliance with the specifications. The

bidder understands that failure to meet the specifications as published by the Purchaser, which

shall be part of the contract, shall be grounds to refuse delivery, and further understands that

the "Non-Performance" assessment as stated in these specifications may be fully enforced

without exception.

Exceptions will be referenced to the paragraph and page of these specifications where the

item appears. Drawings, photographs, and technical information about the exception will be

included as necessary. Any exceptions may be considered during the evaluation process, and

the decision will be final.

1.9. “OR APPROVED EQUAL” CLAUSE

The use in these specifications of apparatus, equipment or material by brand name or by such

specified description of same as is hereby made, is intended to convey to the bidder's

understanding, the degree of excellence required. Any item, component, or material which

conforms to the standards and excellence as established by these specifications, and is of equal

merit, strength, durability and appearance and can perform the desired function, is deemed eligible

for offer as a substitute.

Page 20: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 6 of 63

The qualifications of the offering shall be judged as to their conformance with these specifications.

Any equipment offered other than herein specified shall be subject to a competitive demonstration

and evaluation by the Purchaser. Such demonstration shall be provided on request within ten (10)

working days after the receipt of bids.

1.10. ADDENDUMS AND INTERPRETATIONS

No interpretation of the meaning of these specifications or other bid documents shall be made

to any bidder verbally. All requests for interpretation of the bid package shall be made in

writing and addressed to the Purchaser, and shall be received no later than ten (10) days prior

to the bid opening date to be given consideration.

Any and all such interpretations, and any supplemental instructions, shall be issued in the

form of a written addendum to the specifications which, if issued, shall be mailed by certified

mail to all prospective bidders no later than five (5) days prior to the date fixed for the

opening of bids. Failure to include any such addendums or interpretations shall not relieve

any bidder from any obligation under their bid as submitted. Any questions to the

specifications may be addressed to the designated representative of the Purchaser.

1.11. TECHNICAL INFORMATION

Bidder will furnish free of charge, upon request, technical information, graphs, charts,

photographs, engineering diagrams, steering geometry, drive train certifications, instruction

guides, or other documentation as requested to show that the equipment offered fully

complies with these specifications.

1.12. APPROVAL DRAWINGS

Detailed drawings of the actual apparatus being bid are required to be submitted with the

manufacture’s bid package. NO EXCEPTIONS ALLOWED. This requirement is to ensure

that each bidder understands what the South Windsor Fire Department anticipates purchasing.

The purchaser will approve detailed blue prints. The purchaser, manufacturer's representative

and the apparatus manufacturer will each have a copy of this blue print. Upon purchaser's

approval, this print will become a part of the total contract.

Drawing will show, but is not limited to the following:

a. Chassis

a. Wheelbase

b. Turning Radius

Page 21: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 7 of 63

c. Drive train – proposed engine/transmission

d. Height – Ground to entry step

b. Cab Related

a. Model

b. Seating

c. Front bumper configuration – top and front view

d. Emergency lighting/siren/air horn configuration

e. Scene lighting

c. Body Related

a. Seating

b. Compartment layout – both interior/exterior inclusive of shelf

configurations

c. Emergency/scene lighting

d. Height – Ground to entry step

d. Overall

a. Vehicle length (inclusive of bumpers)

b. Vehicle height

c. Body length

d. Cab length

1.13. DELIVERY TIME / DELIVERY DAY COMMITMENT

Each bidder will state the completed apparatus delivery time based on the number of calendar

days, starting from the date the sales contract is signed and accepted by the apparatus

manufacturer. Upon contract signature the vehicle completion date will be defined. Vehicle

completion date is defined as when the completed vehicle will be ready to leave the

manufacturer. Hence, the only pending actions once delivered to the dealer are related to

dealer vehicle preparation and equipment mounting.

Should there be delays in completing the vehicle at the manufacturer; a credit will be applied

against the final customers invoice. The credit amount for each calendar week delayed will be

$500.00 USD.

1.14. BOND REQUIREMENTS

1.14.1. BID BOND

All bidders shall provide a bid bond as security for the bid in the form of a 10% bid

bond to accompany their bid. This bid bond shall be issued by a Surety Company

who is listed on the U.S. Treasury Departments list of acceptable sureties as

Page 22: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 8 of 63

published in Department Circular 570. The bid bond shall be issued by an

authorized representative of the Surety Company and shall be accompanied by a

certified power of attorney dated on or before the date of bid. The bid bond shall

include language, which assures that the bidder/principal shall give a bond or bonds

as may be specified in the bidding or contract documents, with good and sufficient

surety for the faithful performance of the contract, including the Basic One (1) Year

Limited Warranty, and for the prompt payment of labor and material furnished in the

prosecution of the contract.

If the successful bidder does not manufacture the chassis, the bidder shall supply a

warranty bond, in addition to their performance bond, along with their signed

contract. This warranty bond shall guarantee all terms and conditions of the Basic

One (1) Year Limited Warranty and names both the bidder and chassis manufacturer

as co-principals. This warranty bond shall be issued for the contract amount and

shall remain in force for a term which is consistent with the term of the Basic One

(1) Year Limited Warranty.

Notwithstanding any document or assertion to the contrary, any surety bond related

to the sale of a vehicle shall apply only to the Basic One (1) Year Limited Warranty

for such vehicle. Any surety bond related to the sale of a vehicle shall not apply to

any other warranties that are included within this bid (OEM or otherwise) or to the

warranties (if any) of any third party of any part, component, attachment or

accessory that is incorporated into or attached to the vehicle. In the event of any

contradiction or inconsistency between this provision and any other document or

assertion, this provision shall prevail.

1.14.2. PERFORMANCE BOND, 2 YEARS

The successful bidder shall furnish a Performance and Payment bond (Bond) equal

to 100 percent of the total contract amount within 30 days of the notice of award.

Such Bond shall be in a form acceptable to the Owner and issued by a surety

company included within the Department of Treasury's Listing of Approved Sureties

(Department Circular 570) with a minimum A.M. Best Financial Strength Rating of

A and Size Category of XV. In the event of a bond issued by a surety of a lesser

Size Category, a minimum Financial Strength rating of A+ is required.

Bidder and Bidder's surety agree that the Bond issued hereunder, whether expressly

stated or not, also includes the surety's guarantee of the vehicle manufacturer's

Bumper to Bumper warranty period included within this proposal. Owner agrees

that the penal amount of this bond shall be simultaneously amended to 100 percent

of the total contract amount upon satisfactory acceptance and delivery of the

vehicle(s) included herein. Notwithstanding anything contained within this contract

to the contrary, the surety's liability for any warranties of any type shall not exceed

two (2) years from the date of such satisfactory acceptance and delivery, or the actual

Bumper to Bumper warranty period, whichever is shorter.

Page 23: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 9 of 63

1.15. CONTRACT AWARD

The Purchaser reserves the right to reject any or all bids deemed to be unresponsive. The

Purchaser also reserves the right to waive any informalities, irregularities and technicalities in

procedure.

The Purchaser reserves the right, before awarding the contract, to require a bidder to submit

evidence of their qualifications as may be deemed necessary. Documentation, which may be

required, is financial soundness, technical competency, balance sheet for previous (3)

calendar years and other pertinent qualifications of a bidder, including past performance

(experience) with the Purchaser.

Upon award of contract, the sales contract will be between the Purchaser and the

manufacturer of the apparatus. Contracts between the Purchaser and a sales representative,

dealer, distributor, or agent of the apparatus manufacturer will not be acceptable. (No

Exceptions.)

1.16. SALES ENGINEER

The successful bidder will designate a competent individual, acceptable to the purchaser; to

perform the contractor's sales engineer functions. The sales engineer will provide a single

point interface between the purchaser and the contractor on all matters concerning the

contract.

1.17. RESPONSIBILITY OF THE BIDDER

Any bidder who does not understand any portion of these specifications and or the

requirements, or who wishes to present a question on same, shall do so in writing. - Verbal

answers shall not be binding.

Page 24: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 10 of 63

1.18. BIDDERS AFFIDAVIT

Failure to sign and return this affidavit shall be grounds for immediate rejection of the bid.

I, _________________________________, as the authorized agent for ___________________________

___ do hereby attest and affirm that the following information is true and that the proposal submitted by our

firm complies with the general instructions, requirements, and specifications contained in this bid submission,

except where indicated below.

Yes _____ No _____ the apparatus offered is manufactured by a single source apparatus (cab, chassis, body)

builder in North America.

Yes _____ No _____ the apparatus proposed is not a prototype.

Yes _____ No _____ the performance tests shall be performed in compliance with the specifications and all

applicable standards.

Yes _____ No _____ all pages of the General Instructions Requirements and Specifications have been received

and reviewed.

Yes _____ No _____ all questionnaires and blanks have been accurately filled in.

Yes _____ No _____ A properly executed Bid Bond is enclosed.

Yes _____ No _____ Bidder complies with bid specifications without exception.

Yes _____ No _____ Bidder complies with Design Criteria.

Yes _____ No _____ Bidder has included Apparatus Drawings per specifications.

Yes _____ No _____ Apparatus proposed complies with dimensional requirements.

Yes _____ No _____ The Bidder provides for training of personnel as described.

Yes _____ No _____ All specified warranties included.

Yes _____ No _____ all proposed warranties are in compliance with specifications.

Yes _____ No _____ the proposed apparatus and equipment are new and unused.

Yes _____ No _____ a complete copy of the bidder's detailed proposal is included.

Yes _____ No _____ A separate list of exceptions is attached.

Page 25: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 11 of 63

State the dimensions of the proposed apparatus:

Overall height Cab: xx.xx (inches)

Overall length: xx.xx (inches)

Overall width: xx.xx (inches)

Wheel base: xx.xx (inches)

Overall height body: xx.xx (inches)

Delivery of the apparatus shall take place within 300 calendar days after the execution and acceptance

of a contract and/or approved purchase order. Failure to work within these guidelines shall be

considered breach of the agreed on terms of the agreement.

Authorized Agent Information:

Name (printed):

Address:

Contact person:

Phone:

Fax:

Agent Signature:

Date:

Manufacturer Information:

Name:

Address:

Phone:

Fax:

Page 26: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 12 of 63

1.19. NON-COLLUSIVE BIDDING CERTIFICATION

By submission of this bid, each bidder and each person signing on behalf of any bidder, certifies,

and in the case of a joint bid, each party thereof certifies as to its own organization, under penalty

of perjury, that to the best of their knowledge and belief:

a) The prices in this bid have been arrived at independently without collusion, consultation,

communication, or agreement, for purpose of restricting competition, as to any matter

relating to such prices with any other bidder or any competitor

b) Unless otherwise required by law, the prices that have been quoted in this bid have not

been knowingly disclosed by the bidder and shall not knowingly be disclosed by the

bidder prior to opening, directly or indirectly, to any other bidder or to any competitor

c) No attempt has been made by the bidder to induce any other person, partnership, or

corporation to submit or not to submit a bid for the purpose of restricting competition

d) That all requirements of the law including amendatory provisions as to non-collusive

bidding have been complied with.

Authorized Signature

Name (Printed)

Title

Dated:

Page 27: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 13 of 63

1.20. DESIGN CRITERIA

The cab, chassis, and body are to be entirely designed, assembled and painted by the prime

vehicle manufacturer, which minimizes third party involvement on engineering, design,

service and warranty issues.

All bidders shall provide a list of the company, manufacturing location, and engineering

source for each individual major component, including but not limited to the welded cab

assembly, the chassis assembly, body and electrical system. Apparatus using any

subcontracted cab, chassis, or body will not be acceptable.

The apparatus shall be designed with due consideration to distribution of load between the

front and rear axles. Weight balance and distribution shall be in accordance with the

recommendations of the National Fire Protection Association.

The bidder shall make accurate statements as to the apparatus weight and dimensions.

1.21. QUALITY AND WORKMANSHIP

All steel welding shall follow American welding Society D1.1-2004 recommendations for

structural steel welding. All aluminum welding shall follow American welding Society and

ANSI D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding

shall follow American Welding Society B2.1-2000 requirements for structural welding of

sheet metal. Flux core arc welding to use alloy rods, type 7000, American welding Society

standards A5.20-E70T1. Employees classified as welders are tested and certified to meet the

American Welding Society codes upon hire and every three (3) years thereafter. The

manufacturer shall be required to have an American welding Society certified welding

inspector in plant during working hours to monitor weld quality.

The manufacturer shall also be certified to operate a Quality Management System under the

requirements of ISO 9001. These standards sponsored by the International organization for

Standardization (ISO) specify the quality systems that shall be established by the

manufacturer for design, manufacture, installation and service. A copy of the certificate of

compliance shall be included with the bid.

To demonstrate the quality of the product and service, each bidder shall provide a list of at

least ten (5) fire departments/municipalities in the region that have bought a second time from

the representing dealer. An exception to this requirement shall not be acceptable.

Page 28: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 14 of 63

1.22. APPROVED PAINT FACILITIES

All painting done on the apparatus shall be done in facilities that are registered with the

federal government signifying that they comply with all applicable EPA guidelines regarding

toxic waste control. Failure of the company to produce proper documentation showing that

they comply shall be cause for rejection.

1.23. TECHNICAL EVALUATION

Technical evaluation shall be based upon the ability of the Bidder to meet or exceed the

minimum requirements set forth in the specifications during the expected life of the apparatus

being bid. Estimates concerning the ability of the fire apparatus to perform accordingly shall

be made by the Purchaser:

a) Quality of workmanship, materials, and components used in

construction of fire apparatus

b) Functional design of fire apparatus

c) Warranties

d) Any other factors the Purchaser deems to be relevant

1.24. PERFORMANCE TEST AND REQUIREMENTS

1.24.1. VEHICLE STABILITY

The height of the fully loaded vehicle's center of gravity, front to rear weight

distribution of the fully loaded vehicle, and minimum front axle loads under all

loading conditions, shall be within the limits set by the bidders engineering

department. The delivered apparatus shall have a certified GVWR weight sticker

applied to the vehicle upon delivery to assure the apparatus meets all requirements

pertaining to the weight carrying capacity of the vehicle.

1.24.2. APPARATUS PERFORMANCE

A road test shall be conducted with the apparatus fully loaded and a continuous run

of ten (10) miles or more shall be made under all driving conditions, during which

time the apparatus shall show no loss of power or overheating. The transmission

drive shaft or shafts, and rear axle shall run quietly and be free from abnormal

vibration or noise throughout the operating range of the apparatus. Any check engine

or vehicle safety warning indicators displaying and error/fault condition will not be

accepted. Vehicle shall adhere to the following parameters:

Page 29: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 15 of 63

A) The apparatus, when fully equipped and loaded, shall have not less than 25

percent nor more than 50 percent of the weight on the front axle, and not less

than 50 percent nor more than 75 percent on the rear axle.

B) The apparatus, when fully equipped and loaded as defined by the current NFPA

standards, shall be capable of the following performance while on dry, paved

roads that are in good condition. The apparatus shall be able to attain a speed of

35 mph (56kph) within 25 seconds from a standing start on a level road. The

apparatus shall be able to attain a minimum top speed of 65 mph on a level road.

The apparatus shall be able to maintain a speed of at least 20 mph on any grade

up to and including 6 percent. The above will be accomplished without

exceeding the maximum governed rpm of the engine.

C) The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet

at 20 mph on a level concrete highway. The air brake system shall conform to

Federal Motor vehicle Safety Standards (FMVSS) 121.

In the event the apparatus fails to meet the test requirements of these specifications

on the first trial, second trials may be made at the option of the bidder within 30 days

of the date of the first trial. Such trials shall be final and conclusive and failure to

comply with these requirements shall be cause for rejection. Failure to comply with

changes to conform to any clause of the specifications, within 30 days after notice is

given to the bidder of such changes, shall also be cause for rejection of the apparatus.

Permission to keep or store the apparatus in any building owned or occupied by the

purchaser or its use by the purchaser during the above-specified period with the

permission of the bidder shall not constitute acceptance.

1.24.3. UNDERWRITERS LABORATORIES

1.24.3.1. GENERAL

The proposed unit will be third party tested and certified by Underwriters

Laboratories Inc. (UL).

TESTING ORGANIZATION QUALIFICATIONS MUST MEET THE

FOLLOWING MINIMUM REQUIREMENTS:

a) The testing organization must be nationally recognized testing

laboratory recognized by OSHA

b) Must comply with the American Society for Testing and

Materials (ASTM) Standard

c) ASTM E543 "Determining the Qualifications for

Nondestructive Testing Agencies."

Page 30: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 16 of 63

d) st not represent, be associated with, nor is in the manufacture

or repair of automotive fire apparatus

e) Must provide proof of ten million dollars in excess liability

insurance for bodily injury and property damage combined.

Testing organization must meet the above criteria NO EXCEPTIONS.

1.24.3.2. PERSONNEL

The UL inspectors performing the test work on the units are certified to

Level II in the required NDT methods, under the requirements outlined in

ASNT document CP-189. The actual person(s) performing the inspection

will present for review proof of Level II Certification in the required NDT

methods.

1.24.3.3. LOW VOLTAGE ELECTRICAL SYSTEM AND WARNING SYSTEM

CERTIFICATION

When the unit successfully meets all the requirements outlined in NFPA

1901, 2009 Edition, UL will issue a Certificate of Automotive Fire

Apparatus Examination and Test stating the unit's compliance with the

required line voltage section of NFPA.

1.25. USERS LIST

Each bidder will include a current "User's List" with a minimum of fifteen (5) units' that are

within 250 miles of the purchaser. This list will include customer name, person to contact,

address and telephone number. Failure to include this list will result in rejection of the bid.

1.26. FAMILARITY WITH LAWS

The bidder is presumed to be familiar with all Federal, State and Local laws, ordinances, code

rules and regulations that may in any way affect this contract. Ignorance on the part of the

bidder shall in no way relieve the bidder from responsibility to comply with these

specifications.

Page 31: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 17 of 63

1.27. NFPA 2016 STANDARDS

This unit shall comply with the NFPA standards effective January 1, 2016, except for fire

department specifications that differ from NFPA specifications. These exceptions shall be set

forth in the Statement of Exceptions.

Certification of slip resistance of all stepping, standing and walking surfaces shall be supplied

with delivery of the apparatus.

All horizontal surfaces designated as a standing or walking surface that are greater than

48.00" above the ground must be defined by a 1.00" wide line along its outside perimeter.

Perimeter markings and designated access paths to destination points shall be identified on the

customer approval print and are shown as approximate. Actual location(s) shall be

determined based on materials used and actual conditions at final build. Access paths may

pass through hose storage areas and opening or removal of covers or restraints may be

required.

A plate that is highly visible to the driver while seated shall be provided. This plate shall

show the overall height, length, and gross vehicle weight rating.

The manufacturer shall have programs in place for training, proficiency testing and

performance for any staff involved with certifications.

An official of the company shall designate, in writing, who is qualified to witness and certify

test results.

Apparatus proposed by the bidder shall meet the applicable requirements of the National Fire

Protection Association (NFPA) as stated in current edition at time of contract execution. Fire

department's specifications that differ from NFPA specifications shall be indicated in the

proposal as "non-NFPA".

1.28. VEHICLE INSPECTION PROGRAM CERTIFICATION

To assure the vehicle is built to current NFPA standards, the apparatus, in its entirety, shall be third-

party, independent, audit-certified through Underwriters Laboratory (UL) that it is built and

complies to all applicable standards in the current edition of NFPA 1901. The certification

includes: all design, production, operational, and performance testing of not only the apparatus, but

those components that are installed on the apparatus (no exception).

A placard shall be affixed in the driver's side area stating the third party agency, the date, the

standard and the certificate number of the whole vehicle audit.

Page 32: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 18 of 63

1.29. GENERATOR TEST

If the unit has a generator, the generator shall be tested, approved, and certified by Underwriters

Laboratories at the manufacturer's expense. The test results shall be provided to the Fire

Department at the time of delivery.

1.30. TAXES

The bid price shall not include any local, State, or Federal taxes. The Bidder shall not be

liable for any State or Federally mandated tax or program after the sale of this apparatus.

1.31. LIABILITY

The successful bidder shall defend any and all suits and assume all liability for the use of any

patented process, device or article forming a part of the apparatus or any appliance furnished

under the sales contract.

1.32. INSURANCE

1.32.1. COMMERICAL GENERAL LIABILITY INSURANCE

The successful bidder shall, during the performance of the contract and for three (3)

years following acceptance of the product, keep in force at least the following

minimum limits of commercial general liability insurance:

Each Occurrence: $1,000,000

Products/Completed Operations Aggregate: $1,000,000

Personal and Advertising Injury: $1,000,000

General Aggregate: $2,000,000

Coverage shall be written on a Commercial General Liability form. The policy shall

be written on an occurrence form and shall include Contractual Liability coverage

for bodily injury and property damage subject to the terms and conditions of the

policy. The policy shall include Owner as an additional insured when required by

written contract.

Page 33: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 19 of 63

1.32.2. COMMERICAL AUTOMOBILE LIABILITY INSURANCE

The successful bidder shall, during the performance of the contract, keep in force at

least the following minimum limits of commercial automobile liability insurance and

coverage shall be written on a Commercial Automobile liability form:

Each Accident Combined Single Limit: $1,000,000

1.32.3. UMBRELLA/EXCESS LIABILITY INSURANCE

The successful bidder shall, during the performance of the contract and for three (3)

years following acceptance of the product, keep in force at least the following

minimum limits of umbrella liability insurance:

Aggregate: $3,000,000

Each Occurrence: $3,000,000

The umbrella policy shall be written on an occurrence basis and at a minimum

provide excess to the bidder's General Liability and Automobile Liability policies.

The required limits can be provided by one (1) or more policies provided all other

insurance requirements are met.

Coverage shall be provided by a carrier(s) rated A- or better by A.M. Best.

All policies shall provide a 30-day notice of cancellation to the named insured. The

Certificate of Insurance shall provide the following cancellation clause: Should any

of the above described polices be cancelled before the expiration date thereof, notice

shall be delivered in accordance with the policy provisions.

Bidder agrees to furnish owner with a current Certificate of Insurance with the

coverage listed above along with the bid. The certificate shall show the purchaser as

certificate holder.

1.32.4. PRODUCT LIABILITY INSURANCE

The manufacturer shall, during the performance of the contract and for three (3)

years following acceptance of the product, keep in force at least the following

minimum limits of Product Liability insurance:

Each Occurrence $1,000,000

Products/Completed Operations Aggregate $1,000,000

Page 34: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 20 of 63

Coverage shall be written on a Commercial General Liability form. The policy shall

be written on an occurrence form. The manufacturer's policy shall include the owner

as additional insured when required by written contract between the Owner and a

manufacturer’s e authorized dealer.

1.32.5. UMBRELLA/EXCESS LIABILITY INSURANCE

The manufacturer shall, during the performance of the contract and for three (3)

years following acceptance of the product, keep in force at least the following

minimum limits of umbrella liability insurance:

Each Occurrence: $25,000,000

Aggregate: $25,000,000

The umbrella policy shall be written on an occurrence basis and provide excess to

the manufacturer's General Liability/Products policies.

The required limits can be provided by one (1) or more policies provided all other

insurance requirements are met.

Coverage shall be provided by a carrier(s) rated A- or better by A.M. Best.

All policies shall provide a 30-day notice of cancellation to the named insured. The

Certificate of Insurance shall provide the following cancellation clause: Should any

of the above described polices be cancelled before the expiration date thereof, notice

shall be delivered in accordance with the policy provisions.

Manufacturer agrees to furnish owner with a current Certificate of Insurance with the

coverage listed above along with the bid. The certificate shall show the purchaser as

the certificate holder.

1.33. BID AWARD

All bidders shall be aware that it is the intention of the Purchaser to award the bid based on

compliance to specifications and the bidder's ability to support the apparatus over its effective

service life, not just initial acquisition cost alone. Only bids from companies that can supply

all the items and assurances specified shall be considered.

Page 35: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 21 of 63

1.34. DELIVERY

Apparatus, to insure proper break in of all components while still under warranty, shall be

delivered under its own power to the manufacturer's authorized service center nearest the

Purchaser's location for final delivery preparation -no exceptions. Rail or truck freight

delivery shall not be acceptable. A qualified delivery representative shall deliver the

apparatus and remain for a sufficient length of time to instruct personnel in proper operation,

care and maintenance of the equipment delivered.

1.35. LOCAL REPRESENTATION

To assure the purchaser that prompt, professional and accurate representation is made on

behalf of the manufacturer, a factory authorized dealership within a reasonable distance from

the purchaser shall be licensed by this state to sell vehicles. This dealership shall be

competent and knowledgeable with respect to the sales and service of the emergency

apparatus that the manufacturer produces.

The dealership shall have available twenty-four (24) hours a day factory trained and

authorized service technicians who are completely trained in the servicing and maintenance of

the apparatus offered. The local dealership shall attend all contract review meetings, pre-

construction meetings, inspection trips, and completed unit delivery to the Purchaser.

1.36. SERVICEABILITY REQUIREMENTS

The Purchaser places a very high priority on service. All bidders shall therefore provide

complete details of their ability to service the apparatus proposed, including but not limited to

the following:

a) Service Facility: Size, location(s), bays, paint and body capabilities

b) Service Vehicles: Number and limitations

c) Certified Service Employees: Number of NAEVT Certified technicians

d) Service: Hours of operation

e) Parts volume at location(s) and emergency contingency offerings

The Service Ability section of these specifications will be a major factor in determining the

successful bidder. Limited manpower does not allow for the apparatus to be taken to various

places for repairs. It is the desire of the Purchaser that repairs to the apparatus which can be

reasonably accomplished in the fire station shall be done so to reduce the out of service time

of the apparatus.

Page 36: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 22 of 63

Each bidder is required to have a Connecticut Fire Apparatus Service Center that is equipped

with a minimum of Three (3) ASE & EVT certified technicians. This service center shall be

owned and operated by the bidder to allow for immediate warranty service. Dealers that

utilize subcontractors for service shall take exception to this requirement.

The service center shall offer 24HR 7 day per week "on the road" service via a toll free (1-

800) number. The service centers road service vehicle shall be equipped with a Pro Link

Diagnostic Microprocessor as well as all necessary parts required for normal chassis and

pump service.

In the event the apparatus needs to be transported to the service center for warranty or non-

warranty service, the service center shall pick up and deliver the apparatus from the firehouse

without charge to the customer.

The bidder's authorized service center shall have a minimum of one fully

equipped service vehicle, which shall carry spare parts and repair equipment

needed to work on the apparatus proposed.

The bidder's service center shall have a fully enclosed and heated facility which shall be

located within 35 miles of the fire station where the apparatus proposed will be housed after

delivery. This facility shall have adequate security to protect this Agency's equipment while

undergoing necessary service or repair. This is to include indoor vehicle storage capabilities

should the vehicle reside at the service center overnight. The service center shall be certified

by the apparatus builder and shall be able to provide body, paint, electrical, hydraulic, HVAC

and chassis repairs.

The local service center shall be available for an inspection by designated representatives of

the Purchaser prior to bid award.

The manufacturer shall stock $1,000,000 of inventory dedicated to service and replacement

parts to ensure quick response and minimize down time. Furthermore, the manufacturer shall

house the inventory in a dedicated facility, with a dedicated shipping area that ensures service

parts are given priority. The bidder shall provide detailed documentation of service and

replacement part resources.

Parts identification shall be provided to both the dealer and the Fire Department through an on

line web based application for the specific truck reflected in this specification. Access will be

granted using the specific VIN number of the vehicle. The online web application will

provide the ability to view complete bills of materials, digital photographs, parts drawings,

assembly drawings, and access to all current operation, maintenance and service publications.

The manufacturer shall employ a staff of adequate size (a minimum of 10 personnel)

specifically dedicated to providing customer support and parts for the fielded fleet of vehicles

it has produced.

Page 37: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 23 of 63

The manufacturer shall employ a minimum of four certified EVT technicians on staff, not

only providing technical expertise in the repair of fire apparatus, but also demonstrating the

commitment to service after the sale.

There shall be no exception to the Service Ability section of these specifications.

1.37. TRAINING PROGRAM

The successful bidder shall provide an on-site program for training of Fire Department

personnel. After the unit has been accepted, the successful bidder shall supply a factory

trained, qualified Field Service Technician for a minimum of (4) hours. This program shall be

designed to assure complete understanding of all Operations/Maintenance aspects of the

vehicle. Based on the Buyers training schedule, this training duration may be separated over a

flexible schedule of days/evenings and weekends.

The training program shall be designed to instruct the individual(s) on the

Operations/Maintenance of a Diesel Vehicle and PTO driven 110 Volt Generator. The

individual will be thoroughly taught the operating systems of the vehicle and Introductory

service skills. The highlights are as follows:

a) Operation of all controls inside cab

b) Explain operations of the Engine/Transmission/Generator. Each participant shall

actually use the Generator functions. The intention is for the operators to obtain

an understanding of the necessary steps for safe operation.

c) Troubleshooting will be emphasized and reinforced continually throughout the

training period.

d) Preventative maintenance procedures shall be set up and definite schedules

developed to assure proper maintenance of the device.

e) Instruction in the use of tools and how to replace minor assemblies, as

applicable. Equally important in this training will is when to call appropriate

personnel for assistance.

f) How to order parts through the local service center by utilizing parts manual.

g) Method to extract information from VDR and associated software

Page 38: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 24 of 63

1.38. SAFETY VIDEO

AN apparatus safety video, in DVD format shall be provided at time of delivery. This video

shall address key safety considerations for personnel to follow when they are driving,

operating, and maintaining the apparatus. Safety procedures for the following shall be

included on the video: vehicle pre-trip inspection, chassis operation, pump operation and

maintenance.

1.39. PRE-CONSTRUCTION CONFERENCE

A meeting shall be held at the manufacturing location within 45 days after the contract has

been executed. The meeting schedule is intended to support the equivalent of (1) full working

days. During this activity all specifications, details, drawings, questions and engineering work

will be reviewed and approved by the Purchaser. This meeting shall not in any way delay the

construction of the apparatus.

All expenses for transportation, meals and lodging for a total of three (3) representatives of

the Purchaser shall be included in the bid price and stated accordingly. Air travel will be used

for site visits in cases where the Sellers site that is greater than 200 miles from the Purchaser’s

location.

The meeting shall be held prior to the commencement of any work being done on the

apparatus. The responsible persons shall be in attendance at the conference to authorize

decisions on the behalf of the Purchaser. Should any changes in specification be identified

during the meeting, the changes will be documented and proposed to the buyer in writing in

the form of an Engineering Change Document. This document will define the change and the

related credit/debit resulting from the change in vehicle specification. For this document to be

considered an authorization for change, it must be signed by both the Seller and Purchaser

prior to the initiation of any changes. It is understood that delays in obtaining approval

signatures may delay construction.

The local dealer's sales representative is required to accompany the members to the factory for

the pre-construction meeting.

At the outcome of the meeting, a project schedule will be provided to the Purchaser. The

schedule (at a minimum) will include the following dates:

a) Chassis production start and completion

b) Body Fabrication start and completion

c) First inspection review

d) Body installation on chassis start and completion

e) Second inspection review

There shall be no exception to the pre-construction meeting requirements.

Page 39: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 25 of 63

1.40. INSPECTION TRIPS

The bid price shall include two (2) inspection trips. The first inspection review (mid-

inspection) shall be for a total for three (2) designated representatives of the Purchaser, the

second inspection trip (final inspection) shall be for (2) representatives. The inspection shall

take place at the factory where the apparatus is being constructed. The purpose of the trips is

for monitoring construction during the build progress and inspecting the apparatus for

compliance to contract specifications. The meeting schedule is intended to support the

equivalent of (2) full working days. During this activity all specifications, details, drawings,

questions and engineering work will be reviewed and approved by the Purchaser. This

meeting shall not in any way delay the construction of the apparatus. The second inspection

trip

All expenses for transportation, meals and lodging for a total of representatives of the

Purchaser shall be included in the bid price and stated accordingly. Air travel will be used for

site visits in cases where the Sellers site that is greater than 200 miles from the Purchaser’s

location.

The inspection trips will occur at the milestones listed below:

a) Chassis production start and completion

b) Body Fabrication start and completion

c) First inspection review (mid production inspection)

d) Body installation on chassis start and completion

e) Second inspection review (final production inspection)

Once the first inspection review has been completed, the Seller shall provide weekly photos of

the progress.

The local dealer's sales representative is required to accompany the members to the factory for

these inspection trips.

There shall be no exception to the inspection trip requirements.

1.41. DELIVERY

The Purchaser shall review the entire apparatus for compliance to the specifications at the

manufacturer's factory or local dealership.

Page 40: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 26 of 63

Upon successful completion of the review process, the Bidder shall transport the apparatus

under its own power to the manufacturer's authorized service center nearest the Purchaser's

location for final delivery preparation. No exceptions.

The local service center shall provide a qualified delivery technician to deliver the completed

apparatus and instruct personnel in the proper operation and maintenance of the apparatus.

To maintain the vehicles reliability, a service document will be provided to detail each

required service related activity for the first 36 months.

1.42. PRE-DELIVERY CHECKLIST

The following shall be completed prior to delivery to the Purchaser:

a) Clean and detail: eliminate air and water leaks, remove all metal shavings,

tighten and secure any loose hardware, correct all paint scratches or paint chips.

b) Check all operations: test acceleration and braking to the current NFPA

requirements; check and record turning radius and delivered weight less

personnel; eliminate any driveline vibration through all speeds; check HVAC

system.

c) Electrical: check of all circuits, switches, warning lamps and buzzers; engine

gauges in cab and elsewhere on the apparatus.

The Purchaser shall be given notice that the apparatus is ready for inspection prior to delivery.

It shall be the Purchaser's option to inspect the apparatus at the bidder's local service facility

prior to delivery.

1.43. INFORMATION REQUIRED AT DELIVERY

Copies of complete operation and maintenance manuals covering the completed apparatus,

including but not limited to, the chassis manual, lubrication charts, and fire equipment service

information as supplied by brand name component suppliers.

Engine manufacturer's current brake horsepower curve showing the maximum no-load

governed engine RPM.

Complete "Manufacturer's Record of Apparatus Construction Details Form", including

certified completed vehicle actual weights.

A detailed Service Plan. The Service Plan document shall include detailed vehicle Service

Requirements to be performed by both the Customer and/or local Dealer. This is to include

the respective actions and interval for the action. The interval is to be defined for either hours

use of the vehicle and/or elapsed time from delivery on the vehicle ( I.E.

weekly/monthly/quarterly/annual service). This is to be detailed for the first (5) years of

Page 41: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 27 of 63

vehicle operation and/or 5,000 or Operation. The format is intended to be in spreadsheet

format to allow updates over the first (5) years of the vehicle’s life.

1.44. MANUALS

Manuals and related documents will be required to properly operate and support components

of the vehicle. In addition to the below defined documents, any “OEM” Original Equipment

Manufacturers documents for the related installed equipment must be prepared for review

during the final inspection process and included in the delivery documents at the time of

delivery.

1.44.1. MANUALS – WIRING DIAGRAMS – 12 VOLT SYSTEM

Two (2) manufacture’s master wiring diagrams showing the manufacturer's complete

electrical system, circuit breaker panel layouts, and individual schematics for each

separate circuit, shall be submitted at the time of delivery. The diagrams shall

include the circuit breaker panel layouts, primary electrical system, and individual

schematics for each separate circuit.

1.44.2. MANUALS –ELECTRICAL WIRING MANUALS – 110 VOLT SYSTEM

Two (2) manufacture’s master wiring diagrams showing the manufacturer's complete

electrical system, circuit breaker panel layouts, and individual schematics for each

separate circuit, shall be submitted at the time of delivery. The diagrams shall

include the circuit breaker panel layouts, primary electrical system, and individual

schematics for each separate circuit.

1.44.3. MANUALS – “AS BUILT” PARTS MANUALS

Two (2) "as built" parts manuals, each complete with detailed bills of material,

assemblies, sub-assemblies, piece parts used to build the chassis shall be organized

sequentially specific modules relating back to the bills of material. Each reference

page shall contain the serial number of the chassis, the date the reference page was

printed, the bill of material description and the page number. Additionally, each

illustration shall have a reference number and each part number shall identify the

manufacturing and vendor part number as applicable.

Page 42: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 28 of 63

1.44.4. MANUALS – ENGINE AND TRANSMISSION

A set of two (2) engine manufacturer produced manuals, one (1) parts and one (1)

service repair shall be included with the vehicle documentation upon delivery. A set

of two (2) Allison transmission produced manuals, one (1) service parts and one (1)

workshop repair shall also be included.

1.44.5. MANUALS – OPERATOR MAINTENANCE AND WARRANTY

Two (2) highly detailed and comprehensive manuals shall be presented and reviewed

with the Fire Department(s) authorized acceptance prior to vehicles delivery.

Each manual shall depict:

a) Chassis Component Operating Procedures

b) Maintenance Requirements (Intervals & Procedures)

c) Manufacturer’s Warranty Registration

d) Warranty Coverage & Claims Procedures

Manuals shall be delivered with each vehicle.

1.44.6. MANUALS / INTERNET SITE / SERVICE PLAN

Due to the importance of keeping this vital piece of firefighting apparatus in service

with a minimum of down time, the manufacturer of the aerial device shall maintain a

network of service centers with factory-trained personnel. The manufacturer of the

apparatus shall also have a separate facility for service of units so as not to conflict

with production operations. The manufacturer of the apparatus device shall also

have factory personnel on 24-hour call for emergencies.

The manufacturer shall provide a Customer Assistance Center manned twenty-four

(24) hours, each day of the year by knowledgeable technicians who can provide

service assistance by telephone and/or facsimile as well as locate the nearest

available technician to provide specific apparatus component repairs whenever

necessary.

A permanent plate shall be mounted in the drivers compartment which specifies the

quantity and type of fluid required including engine oil, engine coolant, transmission,

pump transmission lubrication, pump primer and drive axle.

The service parts information included in these manuals are also available on the

factory website. The website offers additional functions and features not contained

Page 43: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 29 of 63

in this manual, such as digital photographs and line drawings of select items. The

website also features electronic search tools to assist in locating parts quickly.

At the time of delivery, the Bidder shall present a detailed Service plan for the

vehicle. This is to include the factory required service and respective intervals for the

first five years of service life. This is to detail the service expectations of both the

“Buyer” and local Service Facility.

2. WARRANTY / SERVICE INFORMATION

2.1. WARRANTY

The Bidder shall provide warranty information with their proposal. The Bidder shall state the warranty

term offered for the major components of the apparatus. To prevent the problems of "Divided

Responsibilities", the successful Bidder shall coordinate all warranty claims. Any bid received with a

dealer's or agent's warranty shall cause immediate rejection of the proposal.

Each bidder shall provide with his bid complete warranty information that must become an integral

component of the sales contract.

Failure to provide the required warranty documents shall be grounds for immediate rejection of

the bid submitted.

This warranty shall be in lieu of all other warranties, expressed or implied, all other representations to

the original Purchaser, and all other obligations or liabilities, including liability for incidental or

consequential damage on the part of the Bidder. The Purchaser shall neither assume any other

warranty or liability on the Bidder's behalf unless made or assumed in writing by the Bidder.

For all warranty related claims, the Seller shall be responsible for the following:

A. Transportation to the Seller’s repair facility, original manufacturing site, OEM’s authorized repair

center or sub-contract repair center during the warranty repair Period.

B. Should warranty related repairs need to be completed at a site other than the local repair facility,

the Customer shall be advised of the requirements. The Seller shall provide the credentials of the

respective site and the Buyer has the right to grant approval or deny that the repairs to be

completed by the suggested provider. In cases where the Buyer denies approval for the “third-

party” to perform the repair(s), both Buyer and Seller shall work to identify an amiable solution.

C. All expenses related to performing the warranty repairs, transportation of the vehicle

or a component of the vehicle to a related service facility (including towing should

the operation of the vehicle be deemed unsafe) shall be covered by the Seller.

Page 44: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 30 of 63

WARRANTY CONTACT FORM

The Dealer shall complete this section, showing whom to contact to report problems with the

apparatus:

First

Contact:

Title:

Phone Number Until (pm)

Second Contact:

Title:

Phone Number Until (pm)

2.2. WARRANTY TERMS

2.2.1. WARRANTY – ONE (1) YEAR MATERIAL AND WORKMANSHIP

The vehicle shall be provided with a minimum one (1) year basic apparatus material and

workmanship limited warranty. The warranty shall cover such portions of the apparatus built

by the manufacturer as being free from defects in material and workmanship that would arise

under normal use and service. When material is required to perform the respective repairs, all

components requiring replacement will be “NEW” and the respective labor will be included in

the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.2. WARRANTY – THREE (3) YEAR MATERIAL AND WORKMANSHIP

The new chassis shall be provided with a three (3) year material and workmanship limited

warranty. The warranty shall cover such portions of the chassis built by the body

manufacturer as being free from structural failures caused by defects in material and

workmanship that would arise under normal use and service. When material is required to

perform the respective repairs, all components requiring replacement will be “NEW” and the

respective labor will be included in the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

Page 45: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 31 of 63

2.2.3. WARRANTY – ELECTRONIC MODULES

The electronic modules and display(s) shall be provided with a five (5) year material and

workmanship limited warranty. The warranty shall cover electronic modules to be free from

failures caused by defects in material and workmanship.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.4. WARRANTY – STRUCTURAL INTEGRITY

The apparatus shall be provided with a fifteen (15) year material and workmanship limited

warranty on the apparatus body. The warranty shall cover such portions of the apparatus built

by the manufacturer as being free from defects in material and workmanship that would arise

under normal use and service.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.5. WARRANTY – ROM DOOR MATERIAL AND WORKMANSHIP

A R-O-M Corporation roll-up door limited warranty shall be provided. The mechanical

components of the roll-up door shall be warranted against defects in material and

workmanship for a period of seven (7) years. The door ajar switch shall be warranted for a

period of three (3) years and all other electrical components shall be warranted for a period of

one (1) year. A seven (7) year limited warranty shall be provided on painted roll up doors.

A copy of the warranty certificate shall be submitted with the bid package.

2.2.6. WARRANTY – SIX (6) YEAR GENERATOR MATERIAL AND WORKMANSHIP

A Harrison Hydra-Gen generator six (6) year limited warranty shall be provided.

A copy of the warranty certificate shall be submitted with the bid package.

2.2.7. WARRANTY – GRAPHICS

Vehicle graphics shall include a five (5) year material and workmanship limited warranty.

The warranty shall cover the lamination as being free from defects in material and

workmanship that would arise under normal use and service.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

Page 46: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 32 of 63

2.2.8. WARRANTY – BRIGHTWORK

There shall be five (5) year unlimited hours’ coverage to include all factory-installed

components with chrome, polished aluminum, or polished stainless steel surfaces. When

material is required to perform the respective repairs, all components requiring replacement

will be “NEW” and the respective labor will be included in the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.9. WARRANTY – TOWING/ROADSIDE ASSISTANCE

There shall be a five (5) year / unlimited hour’s coverage to include towing or roadside

assistance for a warrantable repair in a vehicle-down situation that prevents the safe and

lawful operation of the vehicle. Should towing be required, the expense will be covered from

the location that the vehicle is deemed “in-operable” by the Buyer to the Sellers defined

Service facility.

2.2.10. WARRANTY – WARNING EQUIPMENT, CAB

There shall be a three (3) year unlimited hours coverage to include emergency light bar and

components, y, electronic and / or electromechanical siren and speaker(s). Warranty coverage

excludes consumable parts. When material is required to perform the respective repairs, all

components requiring replacement will be “NEW” and the respective labor will be included in the

warranty.

2.2.11. WARRANTY – CAB PAINT

There shall be a ten (10) years unlimited hours Cab Paint Coverage to include all factory-painted

exterior surfaces (except those included in chassis paint coverage) against orange peel, peeling or

delaminating, cracking or checking or loss of gloss due to cracking, checking or hazing. Excludes

lack-of-gloss issues on vehicles painted with low gloss colors; the undersides of hoods and roof and

side mounted air fairings; and any damages to paint or painted surface such as chips and scratches.

When material is required to perform the respective repairs, all components requiring replacement

will be “NEW” and the respective labor will be included in the warranty.

A copy of the warranty/terms certificate shall be submitted with the bid package (no exception).

Page 47: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 33 of 63

2.2.12. WARRANTY – CHASSIS PAINT

There shall be ten (10) year unlimited coverage to include all factory painted surfaces on frame

rails, cross members / gussets, front and rear bumpers, suspension components, power train

components, drivelines, fuel tanks, air tanks, wheel end equipment, tool boxes, battery boxes,

access steps, and attaching brackets and hardware against peeling or non-adhesion. This excludes u-

joints and any damages to the paint or painted surface such as chips and scratches. When material is

required to perform the respective repairs, all components requiring replacement will be “NEW”

and the respective labor will be included in the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.13. WARRANTY - CORROSION

There shall be seven (10) year unlimited hours coverage against corrosion to any metal or metal

alloy part of the vehicle. When material is required to perform the respective repairs, all

components requiring replacement will be “NEW” and the respective labor will be included in the

warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.14. WARRANTY – WARNING EQUIPMENT, BODY

There shall be a five (3) year unlimited hours coverage to include emergency light bar and

components, strobe light power supply, electronic and / or electromechanical siren and speaker(s).

Warranty coverage excludes consumable parts. When material is required to perform the respective

repairs, all components requiring replacement will be “NEW” and the respective labor will be

included in the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.15. WARRANTY – BASIC BODY

There shall be a five (5) year unlimited hours warranty coverage from the in service date to include

body emergency lighting controls; hinged and rollup compartment doors; body trim, body lighting

and controls and body electrical systems. When material is required to perform the respective

repairs, all components requiring replacement will be “NEW” and the respective labor will be

included in the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

Page 48: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 34 of 63

2.2.16. WARRANTY – BODY STRUCTURE AND CORROSION

There shall be a seven (10) year unlimited hours coverage to include compartments and body

panels; hinged compartment doors, body frame and sub-frame, if applicable. Excludes surface

corrosion caused by chips or scratches. When material is required to perform the respective repairs,

all components requiring replacement will be “NEW” and the respective labor will be included in

the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.17. WARRANTY – BODY PAINT

There shall be a seven (10) year unlimited hours coverage to include all factory-painted exterior

body surfaces against orange peel, peeling / delaminating, cracking or checking or loss of gloss due

to cracking, checking or hazing. Excludes lack-of-gloss issues on vehicles painted with low gloss

colors and any damages to the paint or painted surface such as chips and scratches. When material

is required to perform the respective repairs, all components requiring replacement will be “NEW”

and the respective labor will be included in the warranty.

A copy of the warranty certificate shall be submitted with the bid package (no exception).

2.2.18. VEHICLE - GENERAL SERVICE

For the first three (3) years after acceptance of the vehicle, all vehicle service maintenance costs

related to supporting this vehicle will be covered. These services are intended to be performed by

the local dealer or agreed on representative. This is to include (but not limited to) services such as

annual DOT inspection, annual NFPA pump test, annual chassis and pump service, oil changes,

lubrication, tire rotation, filters etc. These service requirements will be typical to those referenced

in the service plan in section 1.41.

2.2.19. WARRANTY – CAMERA SYSTEM

A five year (5) year warranty shall be provided for the camera system.

Page 49: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 35 of 63

3. CERTIFICATIONS

3.1. AMP DRAW REPORT

The bidder shall provide, at the time of bid and delivery, an itemized print out of the expected amp draw of

the entire vehicle's electrical system.

The manufacturer of the apparatus shall provide the following:

Documentation of the electrical system performance tests.

A written load analysis, which shall include the following:

o The nameplate rating of the alternator.

o The alternator rating under the conditions specified per:

Applicable NFPA 1901 or 1906 (Current Edition).

o The minimum continuous load of each component that is specified per:

Applicable NFPA 1901 or 1906 (Current Edition).

o Additional loads that, when added to the minimum continuous load, determine the total

connected load.

o Each individual intermittent load.

All of the above listed items shall be provided by the bidder per the applicable NFPA 1901 or 1906 (Current

Edition).

3.2. OPERATIONAL TEST PER CURRENT NFPA STANDARD

The apparatus manufacturer shall perform the following operation test and ensure that the power

source and any devices that are attached to the line voltage electrical system are properly connected

and in working order. The test shall be witnessed and the results certified by an independent third-

party certification organization.

The prime mover shall be started from a cold start condition and the line voltage electrical system

loaded to 100 percent of the nameplate rating.

The power source shall be operated at 100 percent of its nameplate voltage for a minimum of two

(2) hours unless the system meets category certification as defined in the current NFPA 1901

standard.

Where the line voltage power is derived from the vehicle's low voltage system, the minimum

continuous electrical load as defined in the current NFPA 1901 standard shall be applied to the low

voltage electrical system during the operational test.

Page 50: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 36 of 63

4. CHASSIS / CAB REQUIREMENTS

4.1. MANUFACTURER / MODEL

The chassis shall be a 2020 (or current model year) Dodge Ram, 5500 SLT, 4 Door Crew Cab.

4.2. COLOR

The exterior of the vehicle shall be painted "Flame Red"

4.3. ENGINE

The engine shall be a 6.7L Cummins Turbo Diesel Engine

4.4. EXHAUST TERMINATION - PLYMO-VENT

The chassis exhaust system will have heat shielding installed between the exhaust pipe and the bottom of the

body. A warning label stating “CAUTION HIGH HEAT” will be affixed to an area near the exhaust tail

pipe. A Plymo-Vent magnetic grabber adapter shall be installed.

4.5. TRANSMISSION / TRANSFER CASE

Transmission - Six speed Allison Heavy Duty automatic transmission with auxiliary cooling.

Transfer Case - 4 x 4 Shift on the fly drive train.

4.6. PTO

Vehicle will have provisions for one PTO position

4.7. WHEELBASE

The wheelbase shall be 173.5 inches.

The distance from the back of the cab to the centerline of the rear axle shall be 60 inches.

Page 51: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 37 of 63

4.8. GVW

For the vehicle, the gross vehicle weight shall be 19,500 pounds

4.9. TIRES

All traction tires shall be used in all six positions. The exact tread pattern will be defined in the pre-

construction meeting

4.10. TIRE PRESSURE MANAGEMENT

All tires will include tire pressure monitors from QUICK PRESSURE. The item number is

QP000080-130

4.11. WHEELS

Polished forged aluminum wheels will be used for all six positions.

4.12. BRAKING

Four wheel ABS brakes will be included.

4.13. MUD FLAPS - REAR AXLE

Mud flaps shall be installed behind the rear wheels of the apparatus.

4.14. 12 VOLT BATTERY / CHARGING SYSTEM

Dual 12 volt / 730 Amp heavy duty batteries and dual 220 Amp alternators. Battery monitoring

with Aux idle control will be included.

Page 52: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 38 of 63

4.15. FUEL TANKS

Dual large capacity fuel tanks with skid plates.

4.16. MIRRORS

Mirrors shall be chrome, fold away trailer tow mirrors. Both mirrors will be heated and power

adjustable.

4.17. FRONT BUMPER / GRILL

The front bumper and grill shall be chrome plated.

4.18. FOG LIGHTS

The front of the vehicle will include fog lights.

4.19. ROOF CLEARANCE LIGHTS

Amber clearance lights will be mounted on the roof of the cab.

4.20. DAYTIME RUNNING LIGHTS

Vehicle will include daytime running lights.

4.21. CAB ACCESS STEPS

Both sides of the cab shall include heavy duty reinforced cab access steps. These will run from the

front fender wheel well opening to the back of the cab. The top surface of the step will be covered

with non-skid polished aluminum diamond plate.

Page 53: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 39 of 63

4.22. AIR CONDITIONING

The cab will be equipped with factory air conditioning.

4.23. CAB FLOOR COVERING

The floor shall be covered with a dark surface rubber / vinyl floor covering.

4.24. SEAT(S) / COVERING

The cab seating will support seating for five individuals and shall be covered with cloth material.

Front seating for the driver and officer shall be power adjustable.

The seating color choice will be determined during the pre-construction meeting.

4.25. WINDOWS / DOOR LOCKS

All cab doors will have power windows and power door locks

4.26. AIR BAGS

Air bags shall be installed in the vehicle for both driver and officer's positions.

4.27. VEHICLE RADIO

Vehicle will include a AM/FM stereo clock UConnect3 with Bluetooth and 5" display

4.28. BACK-UP CAMERA

Provide and install a 7” backup camera system installed on the apparatus powered via ignition. The

camera shall be installed on the rear of the apparatus as high as possible. The 7 inch screen

auto/manual dimmer day/night sensor will turn on in reverse or manually selected at other times

and shall be mounted in the cab at an agreed upon location at pre-construction meeting.

Page 54: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 40 of 63

4.29. BACK-UP ALARM

A PRECO, Model 1040, solid-state electronic audible back-up alarm that actuates when the truck is

shifted into reverse shall be provided. The device shall sound at 60 pulses per minute and

automatically adjust its volume to maintain a minimum ten (10) dBA above surrounding

environmental noise levels.

4.30. VEHICLE DATA RECORDER

There shall be a FRC vehicle data recorder (VDR) capable of reading and storing vehicle

information provided.

The information stored on the VDR can be downloaded through a USB port mounted in a

convenient location determined by cab model. A USB cable can be used to connect the VDR to a

laptop to retrieve required information. The program to download the information from the VDR

will be available to download on-line.

The vehicle data recorder shall be capable of recording the following data via hardwired and/or

CAN inputs:

Vehicle Speed - MPH

Acceleration - MPH/sec

Deceleration - MPH/sec

Engine Speed - RPM

Engine Throttle Position - % of Full Throttle

ABS Event - On/Off

Seat Occupied Status - Yes/No by Position

Seat Belt Buckled Status - Yes/No by Position

Master Optical Warning Device Switch - On/Off

Time - 24 Hour Time

Date - Year/Month/Day

4.31. CAB WIRING

4.31.1. CENTER CONSOLE

An all Aluminum #3003 alloy console will be manufactured and powder coated black. The console

will be mounted between the two front bucket seats and hold the siren control and department

supplied radios on the face.

Page 55: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 41 of 63

Included in Console:

One (1)Kussmaul 091-219-5 USB Dual Port 2.4 amp Charger to be located front Officer side of

console for phone and tablet charging wired to battery

One (1) Kussmaul 091-219-N USB Dual Port 2.1 amp/1.0 amp Charger to be located at the rear of

console for rear seat occupants wired to ignition

Two (2) Automotive type 12-volt electrical outlet plugs accessible to driver/officer wired to battery

Two (2) Automotive type 12-volt electrical outlet plugs for rear occupants wired to ignition

One (1) Whelen CCTL6 or CCTL7 control head

Two (2) Cup Holders with removable liners for cleaning accessible to driver/officer

Two (2) Armrests 1 each Driver and Officer

Up to two mobile radios models to be determined wired to ignition

Three (3) Magnetic-Mic kits with brackets for mobile radio and PA microphones

One (1) Havis Shield IPAD tablet mount to Officer side of console

4.31.2. RADIO ANTENNAS)

Two (2) Larsen model NMOKUD mobile radio antenna with mount (type “NMO”) with cable

harness will be mounted on the roof of the cab behind the lightbar. The cable will be routed to the

center console. At this position, there will be approximately 5 feet of cable available. The exact

position will be identified at the pre-construction meeting. Cable will be labeled as to location on

roof at radio connector. A weatherproof cap shall be installed on the mount.

4.31.3. WARNING LIGHT – MODEM ANTENNA

One Whelen modem antenna with cable harness will be mounted on the roof of the cab behind the

lightbar. The cable will be routed to modem associated with the warning light system. At this

position, there will be approximately 2 feet of extra cable available for service. The exact position

will be identified at the pre-construction meeting. Cable will be labeled as to function.

Page 56: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 42 of 63

4.31.4. MOBILE RADIO EXTERNAL SPEAKER MOUNTING

Two (2) Kenwood KES-5 auxiliary radio speakers will be located within the center console or an

overhead console (to be determined at engineering meeting)

4.32. VEHICLE INFORMATION TAGS

Installed overhead and in clear view of the driver shall be a permanently mounted tag that is

engraved with the overall height, length and weight of the completed apparatus

5. APPARATUS BODY

5.1. GENERAL CONSTRUCTION

The body side and compartment assemblies will be designed to provide a rigid structure capable of

supporting storage compartments.

Special attention will be taken to minimize rust and corrosion of Aluminum on all fabricated parts and

structural members of the body. All bolt-on components will be provided with a dissimilar metals isolation

barrier to prevent electric corrosion. All tread plate overlays will be sealed with a silicone base caulking

around perimeter after installation. The body design will also incorporate removable panels to access spring

hangers, rear body mounts, and any fuel tank sending units. The body assembly will be an all-welded

configuration, utilizing 2" vertical body corner radius. The body will be completely isolated from the cab.

The front of the body facing the cab will be Aluminum tread plate for ease of maintenance. The area below

L2 and R2 compartments will be Aluminum tread plate on the exterior surfaces.

5.2. COMPARTMENT FABRICATION

All compartment panels and body side sheets will be a minimum of 3/16" aluminum (5052-H32). Each side

compartment assembly will be both plug welded and stitch welded to ensure proper weld penetration on all

panels while avoiding the possible warping caused by a full seam weld. The side compartments will be

welded on a fixture to ensure true body dimensions and perpendicularity of all door openings. The side

compartments and body side panels are then set into a body squaring fixture where the super structure is

installed and the entire body is aligned to be completely symmetrical. The super structure is then welded to

the compartment side panels and reinforcement plates are inserted which allows the compartment panels to

become an integral component of the body support structure. (A full seam weld will not be used due to the

applied heat, which will distort sheet metal and remove the protective coating from the perimeter of the

welded area). All seams will be caulked prior to finish paint to ensure proper compartment seal.

Page 57: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 43 of 63

5.3. ROOF CONSTRUCTION

The roof shall be integral with the body construction. The roof shall be constructed of 0.125" (3 mm) bright

aluminum treadplate and supported by 2.00" (51 mm) square 0.125" (3 mm) wall tubing welded in place

approximately 12.00" (305 mm) on center. The roof shall be further reinforced with 2.00" (51 mm) square

gussets welded approximately every 48.00" (1219 mm). The roof perimeters shall be constructed of a 3.00"

(76 mm) radius extrusion with an integral drip molding. The roof extrusion shall also have an inset allowing

the roof panel to be recessed into the extrusion giving further support and sealing effect at the outside edge.

The roof panel shall be welded to the roof extrusions and supports. All roof seams shall be continuously

welded. Using an alternate material to fill seams (filler/silicone etc) will not be accepted.

5.4. SUPER STRUCTURE ALUMINUM

The body super structure will be an all welded configuration utilizing a minimum of 3" x 1-1/2" x 1/4" thick

horizontal and 3/8" thick vertical wall, rectangular aluminum structural tubing (6061-T6). This structure

will be designed to totally support the full length and width of the body and will be welded to the body side

compartments by use of reinforcement plates to incorporate the compartments into an integral part of the

body weldment.

All cross tubes of the structure will be capped and butt welded at their point of termination to pre-vent water

from laying inside the super structure. The super structure will be u-bolted to the chassis frame at a

minimum of four (4) points with a rubber strip for isolation between the frame and body.

5.5. STEPPING, STANDING AND WALKING SURFACES

All stepping, standing, and walking surfaces on the body will meet NFPA #1901 anti-slip standards.

Aluminum tread plate utilized for stepping, standing, and walking surfaces will be Alcoa No Slip type. This

material will be certified to meet the NFPA #1901 standard. Upon request by the Purchaser, manufacturer

will supply proof of compliance with this requirement. All vertical surfaces on the body, which incorporate

aluminum tread plate material, will utilize the same material pattern to provide a consistent overall

appearance.

5.6. REAR WHEEL WELL LINERS AND FENDERETTES

The rear body wheel wells will be equipped with fully removable, bolt-in, 1/8" aluminum wheel well liners.

The liners will extend full depth into the truck frame and have vertical splash shields inboard of the wheels.

The completely washable wheel well liners will be designed to protect the front and rear compartments and

main body supports from road salts, dirt accumulation and corrosion.

Page 58: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 44 of 63

The rear wheel well openings will be trimmed with replaceable, bolt-in, polished aluminum federates. The

federates will be secured to the body with stainless steel threaded fasteners along the internal perimeter of

the wheel well. Rubber welting will be installed between the federate and the body fender panel.

5.7. BODY RUB RAILS

Sacrificial black poly rub rails will be mounted at the base of the body, extend outward a minimum 3/4",

downward 2", and flange inward 1". The rub rails will extend the full length of the main body and wrap

around the rear body corners. Rub rails will be designed to bolt to the body from the bottom side of the

compartment area, so as not to damage the body side panels on initial impact and to provide for ease of

replacement.

5.8. FRONT AND REAR TOW EYES

Front - Two chrome tow hooks will be mounted thru the front surface of the bumper on the frame rails.

Rear - Two painted rear tow eyes will be bolted directly to chassis frame protruding below the fire body at

the rearmost portion of the frame.

5.9. BODY PAINT

The body is to be painted to match the cab.

One (1) pint of each exterior color paint for touch-up purposes will be supplied when the apparatus is

delivered to the end user.

5.9.1. MANUAL SURFACE PREPARATION

All exposed metal surfaces on the custom cab and body shall be thoroughly cleaned and prepared

for painting. Imperfections on the exterior surfaces shall be removed and sanded to a smooth

finish. Exterior seams shall be sealed before painting. Exterior surfaces that shall not be painted

include; chrome plating, polished stainless steel, anodized aluminum and bright aluminum tread

plate.

Page 59: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 45 of 63

5.9.2. CHEMICAL CLEANING AND PRETREATMENT

All surfaces shall be chemically cleaned to remove dirt, oil, grease, and metal oxides to ensure the

subsequent coatings bond well. The aluminum surfaces shall be properly cleaned and treated using

a high pressure, high temperature 4 step Acid Etch process. The steel and stainless surfaces shall

be properly cleaned and treated using a high temperature 3 step process specifically designed for

steel or stainless. The chemical treatment converts the metal surface to a passive condition to help

prevent corrosion. A final pure water rinse shall be applied to all metal surfaces.

5.9.3. SURFACE PRIMER

The Surface Primer shall be applied to a chemically treated metal surface to provide a strong

corrosion protective basecoat. A minimum thickness of 2 mils of Surface Primer is applied to

surfaces that require a Critical aesthetic finish. The Surface Primer is a two-component high solids

urethane that has excellent sanding properties and an extra smooth finish when sanded.

5.9.4. FINISH SANDING

The Surface Primer shall be sanded with a fine grit abrasive to achieve an ultra-smooth finish. This

sanding process is critical to produce the smooth mirror like finish in the topcoat.

5.9.5. SEALER PRIMER

The Sealer Primer is applied prior to the Basecoat in all areas that have not been previously primed

with the Surface Primer. The Sealer Primer is a two-component high solids urethane that goes on

smooth and provides excellent gloss hold out when top coated.

5.9.6. BASECOAT PAINT

Two coats of a high performance, two component high solids polyurethane basecoat shall be

applied. The Basecoat shall be applied to a thickness that shall achieve the proper color match.

The Basecoat shall be used in conjunction with a urethane clear coat to provide protection from the

environment.

Page 60: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 46 of 63

5.10. BODY MUD FLAPS

Heavy duty, black rubber smooth finish mud flaps will be provided behind the front and rear

wheels.

5.11. FUEL FILL

There shall be a cast aluminum door mounted on the driver’s side fender of the body that will hold

the fuel filler(s).

5.12. COMPARTMENT LIGHTS

LED compartment lighting with automatic door switch shall be located in each enclosed

compartment. The lights shall be controlled by a switch in the corner of each compartment opening

and wired to the compartment open light in the cab.

5.13. REAR VEHICLE SURFACE

Diamond plate on the rear face of the vehicle will be limited to maximize the Chevron graphics.

5.14. REAR STEPS

A rear step approximately 10” deep, full body width and a 20” step height will be fabricated and

installed. There shall be a complete steel substructure designed to provide a departure angle of 17

degrees. The structure shall also be designed to accommodate the weight ratings associated with a

class 3 hitch. The entire rear step assembly shall be covered in NFPA compliant slip resistant

aluminum diamond plate and the corners shall be cut on a 45 deg. The rear step assembly shall also

have tube style struts, which stretch from chassis to rear outer edge of bed. A centered class III 2”

receiver tube will be installed with dual 7 way and 4 way trailer plug (or adapter).

5.15. COMPARTMENT DOORS

The body compartments as listed below will have ROM Roll-O-Matic shutter style roll-up doors.

The doors will consist of anodized aluminum interlocking slats with an inner seal between each slat

to prevent noise from vibration and helps to inhibit water and dust penetration. The slats will be

Page 61: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 47 of 63

double wall construction for strength, durability and to resist deflection. Interlocking end shoes on

the slats allows the door to operate as on unit, eliminating side to side movement. The side tracks

will be one piece aluminum with a custom mounting flange to allow the shutter to slide up and

down without any obstructions and will include a finishing flange to eliminate the gap between the

shutter bodies. A proprietary designed drip rail across the top along with side and bottom seals will

be provided to help prevent moisture and dirt from entering the compartment. A spring-loaded,

counter balance assembly will be provided in the roller to assist in door actuation.

The door will be equipped with a continuous one-piece lift bar style latch mechanism, which allows

one-hand operation along the entire length of the door. Door catches will be provided at the bottom

of the door to engage each end of the lift bar. A magnetic switch will be provided in one of the

door catches, designed to activate a "Door Ajar" warning light in the cab and will activate the

compartment light.

Doors of the vehicle will be painted “RED” to match the primary body color. The painted finish

will be on both the interior and exterior surfaces of the door. The door frames will be anodized and

have a “brushed” aluminum anodized finish. A “drip pan” will be installed inside the compartment

under the door coil. This is intended to prevent residue from the door contaminating equipment in

the compartment. A drain tube will be installed for water to drain directly down through the bottom

of the compartment floor. All compartment doors will have keyed alike locks.

Roll-O-Matic shutter style painted roll-up doors will be installed on the following compartment

door openings:

a) Left side front compartment

b) Left side middle compartment

c) Left side rear compartment

d) Right side front compartment

e) Right side middle compartment

f) Right side rear compartment

Roll-O-Matic shutter style unpainted roll-up doors with a “brushed” aluminum anodized hard coat

finish will be installed on the following compartment door opening:

a) The rear step compartment door

Page 62: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 48 of 63

5.16. SWEEP-OUT COMPARTMENT FLOORS

Compartment floors will be welded to the compartment walls and have a sweep out design for easy

cleaning. The compartments will have the external floor flange stepped down, 1/2" high x 2" deep,

to produce a sealing surface for the roll-up doors below the compartment floor. The sweep out

design will also permit easy cleaning. The step down area will be covered with a stainless steel

strip to minimize surface wear and to assure that the door sealing area is protected. Compartments

set on running boards, which could cause additional corrosion potential, are not acceptable.

5.17. DRIP MOLDING

Compartment tops over all side compartments will have a 45 degree flange formed out to provide

protection against water run-off. A secondary extruded drip molding will be provided between low

compartments and auxiliary high side compartment.

5.18. COMPARTMENT LOUVERS

Machine stamped ventilating louvers will be furnished in each compartment, and so located that

water cannot normally enter the compartment. A metal hat section will be fastened in place on the

inside body wall to further prevent moisture from entering through the louver.

5.19. ACCESS PANELS

Removable access panels will be provided in all lower compartments to access spring pins, fuel

tank sender, electrical junction compartment and rear body mounts.

Protective panels will be located in the rear compartments providing access to the lights and

associated wiring. The covers will also serve as protective covers to prevent inadvertent damage to

lights or wiring from tools or equipment located in the compartment.

5.20. LEFT SIDE COMPARTMENTS

One (1) compartment will be provided forward of the rear wheels approximately 57" high x 37"

wide.

Page 63: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 49 of 63

This compartment will be transverse with R1 and shall have aluminum dual direction roll out tray

located above the frame. The floor over the frame rails shall be extended to the roll up doors to

support the tray to 100% extension. It will have a 2” lip around the tray. DOT red/white reflective

tape on slide out shelf outward vertical surface.

One (1) compartment over rear wheel compartment shall be approximately 40.00” wide x 34” high

and 23.00” deep. Floor shall be sweep out design. There shall be Unistrut installed floor to ceiling

on side the walls with an adjustable aluminum shelf with 2” lip. DOT red/white reflective tape on

adjustable shelf outward vertical surface.

One (1) compartment will be provided to the rear of the rear wheels approximately 57" high x 40"

wide x 23” deep. Floor shall be sweep out design. There shall be Unistrut installed floor to ceiling

on side the walls with an adjustable aluminum shelf with 2” lip. There shall also be an aluminum

250lb. roll out frame with an aluminum tray with a 2” lip installed on the floor. DOT red/white

reflective tape on slide out and adjustable shelf outward vertical surface.

5.21. RIGHT SIDE COMPARTMENTS

One (1) compartment will be provided forward of the rear wheels approximately 64" high x 37"

wide.

This compartment will be transverse with L1 and shall have an aluminum 600lb.100% dual

direction roll out tray located above the frame. The floor over the frame rails shall be extended to

the roll up doors to support the tray to 100% extension. It will have a 2” lip around the tray. DOT

red/white reflective tape on slide out shelf outward vertical surface.

One (1) compartment over rear wheel compartment shall be approximately 41” high x 40” wide

and 23.00” deep. Floor shall be sweep out design. There shall be Unistrut installed floor to ceiling

on side the walls with an adjustable aluminum shelf with 2” lip. DOT red/white reflective tape on

shelf outward vertical surface.

One (1) compartment will be provided to the rear of the rear wheels approximately 64" high x 40"

wide x 23” deep. Floor shall be sweep out design. There shall be Unistrut installed floor to ceiling

on side the walls with an adjustable aluminum shelf with 2” lip. There shall also be an aluminum

250lb. roll out frame with an aluminum tray with a 2” lip installed on the floor. DOT red/white

reflective tape on slide out and adjustable shelf outward vertical surface.

Page 64: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 50 of 63

5.22. REAR COMPARTMENT

The rear compartment shall be approximately 48” high x 50.00” wide 80.00” deep. Floors shall be

sweep out design.

There shall be an aluminum 1000lb. 100% roll out frame, with an aluminum tray with a 2” lip

installed tray will have shelving and dividers in center for up to 30 traffic cones (36 inch height).

The cones will be stored inverted in (6) six stacks of no more than (5) five. The storage area shall

have rollers to easily stow and deploy the cones. There shall be storage tubes for 12 SCBA 45

minute bottles (Scott). The tray shall be full compartment depth. DOT red/white reflective tape on

slide out shelf outward facing vertical surface.

5.23. FLOOR / SHELF COVERING MATERIAL

Black, Dri-dek compartment floor matting will be installed in each enclosed compartment and

installed on all adjustable or fixed shelves in the apparatus compartments.

5.24. OPEN COMPARTMENT LIGHT

One (1) red LED “Open Compartment” light will be provided along with a buzzer and installed

in the front of the cab. This light will activate when a compartment is open, the telescoping lights

or message board are not stowed. It will be labeled “DO NOT MOVE APPARATUS WHEN

LIGHT IS ON”.

5.25. WHEEL WELL COMPARTMENTS

Two (2) Cast Products wheel well tubes for 10 lb. ABC extinguisher and SCBA bottle with

retention strap, one (1) either side officer side of wheel well.

5.26. RESCUE BODY ROOF ACCESS STEPS

Cast Products folding steps for roof and generator access on rear of the rescue body (location TBD)

Page 65: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 51 of 63

5.27. SHORELINE POWER

There shall be one Kussmaul™, Model 091-55-20-120, 20 amp 120 volt AC shoreline inlet

provided to operate the dedicated 120 volt AC circuits on the apparatus.

The shoreline inlet(s) shall include red weatherproof flip up cover(s).

There shall be a release solenoid wired to the vehicle's starter to eject the AC connector when the

engine is starting.

The shoreline shall be connected to the battery charger and any other AC accessories defined

during the pre-construction meeting.

There shall be a mating connector body supplied with the loose equipment.

The exact location of the shoreline receptacle shall be defined during the pre-construction meeting.

.

5.28. REFRIGERATOR

There shall be a Vitifrigo C1151XD-4 refrigerator installed in the apparatus R3. This unit shall be a

refrigerator only, no freezer shall be included with this unit. There shall be a 15 amp, 120 volt AC

straight blade receptacle, powered from the shoreline, install near this refrigerator to supply the AC

power. There shall be a 10 amp 12 volt DC Deutsch plug and connector, powered with ignition,

installed near this refrigerator to supply the DC power. The capacity of the refrigerator shall be at

least 3 cubic feet or enough to carry (40) 500ml water bottles and (36) 500ml bottles of sports drink

6. EMERGENCY LIGHTING

6.1. GENERAL

All warning lights shall be wired into a Whelen CenCom CORE control system for multi function warning

and scene lighting to provide cruise, requesting right of way, blocking warning and scene light modes

utilizing vehicle and photocell inputs for optimization.

Warning Light Master Control Unit

(1) Whelen CenCom Core with CCTL6 control head

(1) Whelen C399K3 OBDII CANPort

(2) Whelen CHWLUNI Siren Amplifier with speaker

(3) Whelen CTA traffic advisor remote modules

Page 66: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 52 of 63

(1) Whelen CV2V vehicle to vehicle module with internal antenna

(1) Whelen Command Cloud Platform vehicle modem for Geo-Fence traffic update

6.2. CAB ROOF LIGHTBAR

Whelen Freedom Duo LED 60” WeCan light bar will be installed on the cab roof with clear lenses. All four

corners and all eight front warning sections shall be DUO Red/White LED’s. There will be a center mounted

GTT LED Opticom emitter surrounded by TIR take down lights. The traffic emitter will be activated via the

warning light system when the vehicle transmission is in drive or with a push button activation without

warning lights on. The DUO white LED’s will be programmed to act at side or front scene lighting.

6.3. GRILL WARNING LIGHTS

Two (2) Whelen M6R Red LED warning lights will be installed in the grill

6.4. INTERSECTION WARNING LIGHTS

Two (2) Whelen M6VR Red LED warning and scene/cornering lights will be installed on front fenders. The

scene light part of the light will be turned on as scene lighting or with corresponding turn signal.

Four (4) Whelen LINV2R Red LED warning lights two (2) each side will be installed under each cab door.

The puddle lighting will be activated with the ground lighting switch.

One (1) Whelen ARGES remote controlled spotlight shall be installed mounted to the rear center of the cab

mounted lightbar in a fashion that will not restrict movement. The remote shall be wired to the control unit

mounted in the center console (TBD at engineering meeting). It shall work in conjunction with the Whelen

CORE lighting system.

6.5. BODY SIDE WARNING LIGHTS

Four (4) Whelen M9RCRed LED warning lights two (2) will be installed on each upper side of the body,

one per corner. Each light will be mounted in a chrome bezel. The lights will be controlled by a switch in the

cab instrument panel. The lights will have clear lenses with RED LED’S.

Two (2) Whelen M6VR Red LED warning and scene lights will be installed on rear wheel wells. The scene

light part of the light will be turned on as scene lighting or with corresponding turn signal or both in reverse

mode of transmission.

Page 67: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 53 of 63

Four (4) Whelen LINV2R Red LED warning lights two (2) each side will be installed in the lower rub rails

at corners of body. The puddle lighting will be activated with the ground lighting switch.

Twelve (12) Whelen ION T Series TLIA Amber LED warning lights six (6) each side of the upper body

spaced evenly above L2/R2 will be wired to a Traffic Advisor controller in the cab.

6.6. BODY REAR MOUNTED WARNING LIGHTS

Two (2) Whelen M6RC Red LED warning combination scene lights will be installed on each upper rear of

the body, one each side above telescoping light . Each light will be mounted in a chrome bezel. The lights

will be controlled by a switch in the cab instrument panel. The lights will have clear lenses with Red LED’S.

Two (2) Whelen M6V2AC Amber LED warning combination scene lights will be installed on each upper

rear of the body, one each side under telescoping light . Each light will be mounted in a chrome bezel. The

lights will be controlled by a switch in the cab instrument panel. The lights will have clear lenses with

Amber LED’S. The scene light part of the light will be turned on as scene lighting and transmission in

reverse.

Two (2) Whelen M6RC Red LED warning lights will be installed on each bottom position of the Stop Tail

Turn housing. The lights will be controlled by a switch in the cab instrument panel. The lights will have

clear lenses with Red LED’S.

Six (6) Whelen ION T Series TLIA Amber LED warning lights will be mounted on the upper body spaced

evenly above the rear compartment will be wired to a Traffic Advisor controller in the cab.

6.6.1. REAR FMVSS LIGHTING

The rear stop/tail and directional LED lighting will consist of the following:

-Two (2) Whelen Model M6BTT red LED stop/tail lights.

-Two (2) Whelen Model M6T amber LED arrow turn lights.

Each light will be installed in a housing and include colored lenses.

Four (4) red reflectors will be provided.

6.7. BACK-UP LIGHTS

There will be two (2) Whelen Model M6BUW LED backup lights provided in the tail light housing.

Page 68: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 54 of 63

6.8. REAR LIGHTING TAIL-LIGHT BEZEL

Two (2) Whelen, model M6FCV4, four (4) light housings will be provided for the rear stop/tail, directional,

backup, and lower warning lights. The bezels shall be provided with a chromed finish.

Light placement from top to bottom, Brake/Tail, Turn, Reverse, Warning

6.9. LED MESSAGE ARROW BOARD

A D&R Electronics OD3-1ARA changeable message LED message board with low profile mounting will be

installed on top of the body roof at the rear of the unit.

Unit will be approximately 36” high x 59” wide and have 8” high text with graphics and animations.

The unit shall include a hinged mounting system which will allow the unit to be raised via an electric

actuator capable of supporting 600 lbs.

The unit shall include a hand held controller which will be mounted in a location determined at the pre-

construction conference.

The unit shall be capable of storing up to 260 predefined messages.

Unit shall be capable of handling the stress of vehicle mounting. One (1) red LED “Open Compartment”

light will be provided along with a buzzer and installed in the front of the cab.

This light will activate when a compartment is open, the telescoping lights or message board are not stowed.

It will be labeled “DO NOT MOVE APPARATUS WHEN LIGHT IS ON”.

7. SCENE LIGHTING

Four (4) 120 volt Whelen PFH2 series LED scene lights on Whelen telescoping poles

Two will be installed on the front wall of the body

Two will be installed on the rear wall of the body.

The front and rear lights will be controlled by their lighthead mounted switch and electrical breaker

panel.

These lightheads will be connected to the red LED “Open Compartment” with a buzzer and

installed in the front of the cab.

This light will activate when a compartment is open, the telescoping lights or message board are

not stowed. It will be labeled “DO NOT MOVE APPARATUS WHEN LIGHT IS ON”.

Page 69: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 55 of 63

Four (4) Whelen 12 volt PCPSM1C LED scene lights will be installed Two (2) each side interior to

the warning lightheads and will have its own switch on the console mounted control head in the

cab, Left and Right Scene

8. DC ELECTRICAL STANDARD

All 12-volt electrical equipment installed by the apparatus manufacturer shall conform to modern automotive

practices. All wiring shall be high temperature crosslink type. Wiring shall be run, in loom or conduit, where

exposed and have grommets where wire passes through sheet metal. Automatic reset circuit breakers shall be

provided which conform to SAE Standards. Wiring shall be color, function and number coded. Function and

number codes shall be continuously imprinted on all wiring harness conductors at 2.00" intervals. Exterior

exposed wire connectors shall be positive locking, and environmentally sealed to withstand elements such as

temperature extremes, moisture and automotive fluids. Electrical wiring and equipment shall be installed

utilizing the following guidelines:

(1) All holes made in the roof shall be caulked with silicon. Rope caulk is not acceptable. Large fender washers,

liberally caulked, shall be used when fastening equipment to the underside of the cab roof.

(2) Any electrical component that is installed in an exposed area shall be mounted in a manner that shall not

allow moisture to accumulate in it. Exposed area shall be defined as any location outside of the cab or body.

(3) Electrical components designed to be removed for maintenance shall not be fastened with nuts and bolts.

Metal screws shall be used in mounting these devices. Also a coil of wire shall be provided behind the appliance

to allow them to be pulled away from mounting area for inspection and service work.

(4) Corrosion preventative compound shall be applied to all terminal plugs located outside of the cab or body.

All non-waterproof connections shall require this compound in the plug to prevent corrosion and for easy

separation (of the plug).

(5) All lights that have their sockets in a weather exposed area shall have corrosion preventative compound

added to the socket terminal area.

(6) All electrical terminals in exposed areas shall have ECK™ corrosion preventative applied completely over

the metal portion of the terminal. Identification of the switches shall be done by either printing or etching on the

switch panel. The switches and identification shall be illuminated.

All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, shall be

furnished. Rear identification lights shall be recessed mounted for protection.

Page 70: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 56 of 63

9. HYDRAULIC GENERATOR

The generator will be installed in a recessed tub in the center of the L1/P2 roof that will be structurally

reinforced. There will also be two ½” drains with tubes routed down thru the compartment to under the body.

The generator shall be one (1) Harrison FALCON MAS Hydraulic Driven Generator rated at 6,000 watts, 50/25

amps, 120/240 VAC, 60Hz, 1-phase.

A PTO will be installed on the passenger’s side of the transmission will power the generator. It will be turned

on/off from the cab console.

The generator shall be designed and assembled by a company with no less than 20 years experience in the

manufacture of hydraulic driven generators.

The generator shall use a structural steel frame which affords protection to the components and provides a

unitized mounting module. The generator shall use a cover consisting of NFPA approved diamond tread plate.

The generator shall use a Self-Sealing Air Intake to prevent recirculation of exhaust air.

The generator shall use a Twin Draft Air Duct for the alternator and heat exchanger; located on the same side of

the generator.

The generator shall be designed to utilize Dual-Fan Technology for cooling.

The generator shall use a single heat exchanger to cool the hydraulic oil.

The generator shall use an industrial type alternator with heavy-duty bearings and a brushless design.

The generator shall use an axial piston hydraulic motor.

The generator shall use an axial piston variable displacement hydraulic pump.

The generator shall use a meter to monitor the frequency, voltage and amperage of each leg.

The generator shall have top access to the oil filter, oil fill tube and electrical interface box.

The generator shall not utilize electronic controls or a multiplex system to control the frequency.

The generator shall be capable of producing the full nameplate power when driven from the vehicle PTO

from idle to maximum engine speed.

The generator shall be capable of being used while vehicle is either stationary or in motion.

The generator shall be capable of normal operation using a commonly available premium hydraulic oil;

Mobile DTE series or equivalent. All fluid service points shall be in close proximity to the reservoir for ease

of scheduled maintenance.

Page 71: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 57 of 63

9.1.1. GENERATOR INSTRUMENTATION AND CONTROLS

To properly monitor the generator performance a digital meter panel shall be furnished and

mounted next to the circuit breaker panel. The meter shall indicate the following items:

- Voltage

- Amperage for both lines

- Frequency

- Generator run hours

- Over current indication

- Over temperature indication

- "Power On" indication

- Two (2) fuse holders with two (2) amp fuses (for indicator light protection)

The meter and indicators shall be installed near eye level in the compartment. Instruments

shall be flush mounted in an appropriate sized weatherproof electrical enclosure. All

instruments used shall be accurate within +/- two (2) percent.

9.1.2. WIRING

All electrical wiring shall be fine stranded copper type. The wire shall be sized to the load

and circuit breaker rating; ten (10) gauge on 30 amp circuits, 12 gauge on 20 amp circuits and

14 gauge on 15 amp circuits. The cable shall be run in corner areas and extruded aluminum

pathways built into the body for easy access.

9.1.3. WIRING IDENTIFICATION

All line voltage conductors located in the main panel board shall be individually and permanently

identified. The identification shall reference the wiring schematic or indicate the final termination

point. When pre-wiring for future power sources or devices, the un-terminated ends shall be

labeled showing functions and wire size.

Page 72: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 58 of 63

9.1.4. CIRCUIT BREAKER PANEL

A eight position circuit breaker panel shall be provided with manual reset circuit breakers as

required. Each circuit breaker shall be “GFI” type and sized according to its application and

properly labeled as to its function. The mounting location of for the breaker box will be determined

at the pre-construction meeting.

9.1.5. ELECTRICAL OUTLET INSTALLATION

Any receptacle installed in a WET location must be a minimum of 24 inches above the ground (30

inches from ground on "off-road" vehicles) and provided with an approved wet location cover. Wet

receptacles may not be mounted at more than 45 degrees from vertical nor can they be mounted in a

face-up position. Receptacles will be provided in the following configurations and locations:

a) Shore and Generator powered outlets in Cab for portable radio charging

b) One (1) NEMA L5-20 single twist receptacle with weatherproof cover will be installed inside the

front L1 compartment on the Driver’s side

c) One (1) NEMA L5-20 single twist receptacle with weatherproof cover will be installed inside the

front R1 compartment on the Officers side

d) One (1) Quad Box with (2) Two 15amp duplex outlets Shore and Generator powered in R3

(TBD)

e) Four (4) Generator outlets to the exterior four corners of body for scene lighting and extension

cords

9.1.6. ELECTRICAL SYSTEM TESTING

The wiring and associated equipment shall be tested by the apparatus manufacturer or the installer

of the line voltage system.

The wiring and permanently connected devices and equipment shall be subjected to a dielectric

voltage withstand test of 900-volts for one (1) minute. The test shall be conducted between live

parts and the neutral conductor, and between live parts and the vehicle frame with any switches in

the circuit(s) closed. This test shall be conducted after all body work has been completed.

Electrical polarity verification shall be made of all permanently wired equipment and receptacles to

determine that connections have been properly made.

Page 73: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 59 of 63

9.1.7. ELECTRIC CABLE REEL (110 VOLT)

One (1) Hannay ELFCR1624-10-11-6 110 volt electric rewind cord reel(s) will be provided in a

compartment TBD at preconstruction meeting and wired to the breaker panel. The reel will be

equipped with a dual switch control for rewinding with a toggle switch for "rewind power" and a

push button switch for "rewind function.”. The rewind motor shall run on 12 volts direct current.

Two hundred (200) feet of 10/3 heavy duty black electric cable will be provided on the cord reel. A

NEMA L5-20, 20 amp, three prong twist receptacle will be provided on the cable.

Included shall be a Circle D model PF-51G-5MI-YEL junction box with high visibility yellow

finish, Lexan lens power indicator light, and three (2) 120 volt NEMA L5-20, 20 amp twist lock

receptacles and (2) 110 volt, 20 Amp household wall receptacle.

A four (4) sided cord reel roller will be provided and mounted on the compartment wall adjacent to

the cord reel location.

A cable ball stop will be installed on each cable to keep the cable end from passing through the

rollers assembly.

10. VEHICLE LETTERRING

10.1. CAB-DRIVERS/OFFICERS DOORS

Both doors shall include the following characters “UTILITY 19”. The characters shall be made from “Sign

Gold” and have black accent shadow. The exact font, character size and placement shall be determined at the

pre-construction meeting.

The above mentioned graphics will be coated with a sealant to extend life and to further secure adhesion

10.2. CAB-PASSENGER DOORS, DIRVERS/OFFICERS SIDE

Both doors shall include the following characters “SOUTH WINDSOR”. The characters shall be made

from “Sign Gold” and have black accent shadow. The exact font, character size and placement shall be

determined at the pre-construction meeting.

The above mentioned graphics will be coated with a sealant to extend life and to further secure adhesion.

Page 74: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 60 of 63

10.3. CAB-FRONT, LOCATION TBD

Location TBD, the following characters “SOUTH WINDSOR” will be placed. The characters shall be

made from “Sign Gold” and have black accent shadow. The exact font, character size and placement shall be

determined at the pre-construction meeting.

The above mentioned graphics will be coated with a sealant to extend life and to further secure adhesion.

10.4. CAB-FRONT, LOCATION TBD

Location TBD, the following characters “UTILITY 19” will be placed. The characters shall be made from

“Sign Gold” and have black accent shadow. The exact font, character size and placement shall be

determined at the pre-construction meeting.

The above mentioned graphics will be coated with a sealant to extend life and to further secure adhesion.

10.5. RESCUE BODY ABOVE COMPARTMENT DOORS LH/RH SIDE

The requirements will be for approximately nine (9) characters on each side of the vehicle in “Sign Gold”

and have black accent shadow. The exact font, character size and placement shall be determined at the pre-

construction meeting.

The above mentioned graphics will be coated with a sealant to extend life and to further secure adhesion.

10.6. TRUCK BODY, REAR FACING

The following letters in RED reflective material will be placed on the roll-up door on the back of the vehicle

– “KEEP BACK 500 FEET” and UTILITY 19. The location and font size will be determined at the pre-

construction meeting.

11. VEHICLE REFLECTIVE MATERIAL

11.1. SIDE REFLECTIVE MATERIAL

Both sides of the vehicle will contain three strips of (2) inch reflective media along the body. The strips shall

be colored as follows: Gold / White / Gold. Along the rear of the body side will also be and interruption in

the striping where the letters “FIRE” in WHITE Reflective italic font will be placed.

Page 75: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 61 of 63

11.2. CHEVRON GRAPHICS REAR

Red/Yellow Chevron “Diamond Grade” reflective striping shall be included along the back surface

of the vehicle. All seams in the chevron striping shall be sealed. The roll-up compartment door on

the rear of the vehicle will be excluded from the Chevron striping.

11.3. COMPARTMENT SHELF STRIPING

The shelves and slide out drawers in each compartment shall include a reflective red/white stripe on

the shelves outward facing vertical surface. The stripe shall cover the complete vertical surface. For

sliding drawers, the media shall be included on the side surface that is exposed when the drawer is

extended out.

12. SPECIAL PRICING CONSIDERATIONS

The above specification details the requirements for the vehicle. However, if the project cost is

exceeded specific selections may be removed and or altered. To allow us to rationalize the vehicle

features, the following listing was created. Should the committee need to exercise changes to the

configuration we are asking for the applicable credit for the following changes. This is not intended

alter the requested bid price for the completed vehicle unless the project cost is exceeded. The

applicable features are detailed below.

12.1. CHASSIS

Current Specification - The current specification details the chassis shall be a 2020 (or

current model year) Dodge Ram, 5500 SLT, 4 Door Crew Cab.

Alternate Consideration – To provide the price for a 2020 (or current model year) Dodge

Ram, 4500 SLT, 4 Door Crew Cab.

APPLICABLE CREDIT: ____________________

12.2. ENGINE

Current Specification - The current specification details a Dodge Ram, 5500 with a 6.7L

Cummins Turbo Charged Diesel Engine.

Alternate Consideration - The suggested alternate would be for a V8 gas engine

APPLICABLE CREDIT: ____________________

Page 76: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 62 of 63

12.3. DUAL LARGE CAPACITY FUEL TANKS WITH SKID PLATE

Current Specification - The current specification details “Dual Large Capacity Fuel Tanks”

Alternate Consideration - The suggested alternate would be for the standard single fuel tank

solution.

APPLICABLE CREDIT: ____________________

12.4. WHEELS

Current Specification - The current specification details Polished forged aluminum wheels will be

used for all six positions.

Alternate Consideration – To provide standard steel wheels.

APPLICABLE CREDIT: ____________________

12.5. LED MESSAGE BOARD

Current Specification - The current specification details a LED Message Board.

Alternate Consideration – To eliminate the message board.

APPLICABLE CREDIT: ____________________

12.6. SCENE LIGHTS

Current Specification - The current specification details Four (4) 120 volt Whelen PFH2 series

LED scene lights on Whelen telescoping poles

Alternate Consideration – To provide the price per light. We may decide to reduce the quantity

from four light heads.

APPLICABLE CREDIT: ____________________

Page 77: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

South Windsor Fire Department Apparatus Bid Specification

Fire - Police / Rehab Vehicle

Page 63 of 63

12.7. GENERATOR

Current Specification - The current specification details a vehicle mounted generator,

breaker panel, vehicle mounted outlets and a cord reel.

Alternate Consideration – To provide the price for the installed generator, breaker panel,

vehicle mounted outlets and cord reel.

APPLICABLE CREDIT: ____________________

LAST PAGE

Page 78: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed
Page 79: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

SOUTH WINDSOR FORE DEPARTMENT

FIRE-POLICE / REHAB VEHICLE - EQUIPMENT REQUIREMENTS

Quanity Description Manufacturer / Part Number/Dimensions QTY Delivery Leat Time Unit Price Ext Cost

4 Cloth Fold-up Chairs Cabela's Big Outdoorsman XL fold-up chair 4

1 Tub - Sanitary Devices Rubbermaid, 10 Gallon - SKU# 831520 1

1 Fire Extinguisher - 10lb ABC Dry Chemical Mfg - Amerex / Model B456 1

1 Fire Extinguisher Mounting Bracket Mfg - PAC / Model K2020-OR 1

1 (5) Gallon Pail / With Speedy-Dry Home Depot 1

4 Barricades - Legs Traffic Safety Warehouse - S Legs 4

2 Barricades - Lateral Traffic Safety Warehouse -Beam 2

4 Portable Traffic Signs Cortina 03-882P 2

4 Road Closure Signs Brady 57017 2

1 OF 1

Page 80: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed
Page 81: REQUEST FOR PROPOSAL - Connecticut · 2020. 8. 25. · REQUEST FOR PROPOSAL Proposal packages must be received by Friday, November 6, 2020 at noon. Internal review will be completed

SOUTH WINDSOR FIRE DEPARTMENT

FIRE-POLICE / REHAB VEHICLE - RADIO REQUIREMENTS

Quanity Brand Model Description Delivery Lead Time Price Ea Price Total

1 Kenwood NX-5800BKKenwood mobile Radio NX-58500BK (45W, 450-520 Mhz) RF Deck Only. Programmed to defined SWFD

configuration

1 Kenwood KCH-19 Basic Control Head

1 Kenwood KRK-14H Control Head Interface & Bracket

1 Kenwood KRK-15B Control Head Remote Kit

1 Kenwood KCT-71 M3 25 Foot Cable

1 Kenwood KCT-71 M2 17 Foot or 1.6 Foot Cable

1 Kenwood KCM-35 Microphone

1 Kenwood KCT-23 DC Power Cable

1 Kenwood KCT-46 Ignition Sense

1 Speco AES-4 Speco 10 Watt Speaker

1 RF RFU-505-ST UHF Antenna Connector

1 Magnetic MIC MMSU-1Item MMSU-1 Magnetic Mic adapter for the dashboard or console (attaches to back of the microphone to make the

microphone magnetic instead of using conventional holder).

1 EnduraEndura Charger #TWC6M - Six-unit with external power supply. Includes mounting bracket and hardware. Note

**PODS specifically for Kenwood NX-5300K2

1 Labor hours to install and test the following - UHF two-way radio, Remote Head and UHF two-way radio

speaker

Sub-total

Primary Radio - Cab/Body

Vehicle Radio

*** Power for radios/speakers will be configured to allow units to be powered off when vehicle is shut down.

1 OF 1