901114 rfq truck-mounted aerial devices · web viewthe upper boom will be actuated at the knuckle...

91
**IMPORTANT NOTICE** The format of this RFQ has been simplified. Only the following pages require signatures: 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting to a SLEB

Upload: hadung

Post on 29-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

**IMPORTANT NOTICE**

The format of this RFQ has been simplified. Only the following pages require signatures:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheeta. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting

to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

Page 2: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901114

for

Truck-Mounted Aerial Devices

For complete information regarding this project, see RFQ posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: John Butchart, Contracts Specialist

Phone Number: (510) 208-9602

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

July 25, 2013at

Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

I:\PURCHASING\Contracting Opportunities\Purchasing\Truck-Mounted Aerial Device (901114)\RFQ_TruckMountedAerialDevices.doc Revision 2013-2-8

Page 3: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901114SPECIFICATIONS, TERMS & CONDITIONS

forTruck-Mounted Aerial Devices

TABLE OF CONTENTSPage

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE4C. BIDDER QUALIFICATIONS 4D. DELIVERABLES / REPORTS 4E. SPECIFIC REQUIREMENTS 5

II. CALENDAR OF EVENTS 5F. PRECONSTRUCTION CONFERENCES 5G. CONTRACT EVALUATION AND ASSESSMENT 6H. NOTICE OF RECOMMENDATION TO AWARD 7I. TERM / TERMINATION / RENEWAL 7J. BRAND NAMES AND APPROVED EQUIVALENTS 8K. QUANTITIES 8L. PRICING 9M. AWARD 10N. METHOD OF ORDERING 11O. WARRANTY 11P. INVOICING 12Q. PERFORMANCE REQUIREMENTS 12R. ACCOUNT MANAGER / SUPPORT STAFF 12

III. INSTRUCTIONS TO BIDDERS 13S. COUNTY CONTACTS 13T. SUBMITTAL OF BIDS 14U. RESPONSE FORMAT 16

ATTACHMENTS

EXHIBIT A - BID RESPONSE PACKETEXHIBIT B - INSURANCE REQUIREMENTSEXHIBIT C - VENDOR BID LISTEXHIBIT D - SPECIFICATIONS

Page 4: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe a new custom service vehicle for maintaining and installing traffic signals.

The County intends to award a one (1) year contract (with option to renew) to the bidder(s) selected as the lowest responsible bidder whose response meets the County’s requirements.

B. SCOPE

Alameda County’s Public Works Agency requires a service vehicle equipped with an aerial work platform (aerial device) to facilitate work on traffic signals at their installed locations per the attached specifications. Any purchase as a result of this bid will require delivery of the vehicle to the Public Works garage in Dublin, CA, as well as maintenance and service at that location, during the vehicle’s operational lifespan, which is expected to be at least 15 years. All of this is encompassed in detail in the following specifications. There will be an opportunity to meet and discuss these specifications at preconstruction conferences in Oakland on Tuesday, July 2nd or in Dublin on Wednesday, July 3rd. The vehicle should be delivered by November 1, 2013.

C. BIDDER QUALIFICATIONS

1. BIDDER Minimum Qualifications

a. Bidder shall be regularly and continuously engaged in the business of manufacturing and/or distributing truck-mounted aerial devices for at least ten (10) years.

b. Bidder shall be a certified aerial device manufacturer, aerial device distributor or truck dealer.

c. Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFQ.

D. DELIVERABLES / REPORTS

2. This vehicle will be due 180 – 240 days after receipt of a purchase order from Alameda County. Contracted vendor shall provide an invoice as directed on any purchase order that results from this RFQ. The vendor shall also keep back-up

RFQ No.901114Page 4

Page 5: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

copies of all instruction manuals and warranties for the vehicle and its components.

E. SPECIFIC REQUIREMENTS

See Exhibit D, Specifications. Bidders must submit, with their bid, a fully completed Exhibit D – Specific Requirements Checklist for Truck Mounted Aerial Devices. Bids which are submitted without the “Specification Checklist” will be disqualified.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued June 18, 2013 Written Questions Due by 5:00 p.m. on July 1, 2013Networking/Bidder Conference #1

July 2, 2013 @ 10:00 a.m. at: Alameda County General Services Agency1401 Lakeside Drive, Suite 1107Oakland CA 94612

Networking/BidderConference #2

July 3, 2013 @ 10:00 a.m. at: Alameda County Public Works, Conference Room4825 Gleason Dr.Dublin, CA 94568

Addendum Issued July 10, 2013 Response Due July 25, 2013 by 2:00 p.m.Evaluation Period July 26 – 31, 2012Vendor Interviews August 1, 2013Board Consideration Award Date

August 14, 2013

Contract Start Date August 21, 2013

Note: Award and start dates are approximate.

RFQ No.901114Page 5

Page 6: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

A. PRECONSTRUCTION CONFERENCES

Networking/bidders conferences will be held to:

3. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFQ.

4. Provide an opportunity for bidders to ask specific questions about the project and request RFQ clarification.

5. Provide bidders an opportunity to view a site, receive documents, etc. necessary to respond to this RFQ.

6. Provide the County with an opportunity to receive feedback regarding the project and RFQ.

All questions will be addressed, and the list of attendees will be included, in an RFQ Addendum following the networking/bidders conference(s).

Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

B. CONTRACT EVALUATION AND ASSESSMENT

During the initial sixty (60) day period of any contract, which may be awarded to Contractor, the County will meet with the Contractor to evaluate the equipment and services performance and to identify any issues or potential problems.

The County reserves the right to determine, at its sole discretion, whether:

7. Contractor has complied with all terms of this RFQ; and

8. Whether or not any problems or potential problems with the proposed equipment and services were evidenced which make it unlikely (even with possible modifications) that such equipment and services have met the County requirements.

RFQ No.901114Page 6

Page 7: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

If, as a result of such determination, the County concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s goods and services as contracted for therein, the Contractor will be notified of contract termination effective forty-five (45) days following notice. Contractor shall be responsible for the removal of equipment and shall return County facilities to their pre-installation or original state at no charge to the County. The County will have the right to invite the next highest ranked bidder to enter into a contract. The County also reserves the right to re-bid this project if it is determined to be in its best interest to do so.

C. NOTICE OF RECOMMENDATION TO AWARD

9. At the conclusion of the RFQ response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Recommendation to Award.

The Notice of Recommendation to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

10. At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful bidder’s submission.

a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

b. Debriefing may include review of successful bidder’s proposal with redactions as appropriate.

11. The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract by GSA.

D. TERM / TERMINATION / RENEWAL

12. The term of the contract, which may be awarded pursuant to this RFQ, will be one (1) year.

13. The County has and reserves the right to suspend, terminate or abandon the execution of any work by the Contractor without cause at any time upon giving to the Contractor prior written notice. In the event that the County should

RFQ No.901114Page 7

Page 8: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

abandon, terminate or suspend the Contractor’s work, the Contractor shall be entitled to payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. The County may terminate the contract at any time without written notice upon a material breach of contract and substandard or unsatisfactory performance by the Contractor. In the event of termination with cause, the County reserves the right to seek any and all damages from the Contractor. In the event of such termination with or without cause, the County reserves the right to invite the next highest ranked bidder to enter into a contract or re-bid the project if it is determined to be in its best interest to do so.

14. The County may, at its sole option, terminate any contract that may be awarded as a result of this RFQ at the end of any County Fiscal Year, for reason of non-appropriation of funds. In such event, the County will give Contractor at least thirty (30) days written notice that such function will not be funded for the next fiscal period. In such event, the County will return any associated equipment to the Contractor in good working order, reasonable wear and tear excepted.

15. By mutual agreement, any contract which may be awarded pursuant to this RFQ, may be extended for an additional two-year term at agreed prices with all other terms and conditions remaining the same.

E. BRAND NAMES AND APPROVED EQUIVALENTS

16. Any references to manufacturers, trade names, brand names and/or catalog numbers are intended to be descriptive, but not restrictive, unless otherwise stated, and are intended to indicate the quality level desired. Bidders may offer any equivalent product that meets or exceeds the specifications. Bids based on equivalent products must:

a. Clearly describe the alternate offered and indicate how it differs from the product specified; and

b. Include complete descriptive literature and/or specifications as proof that the proposed alternate will be equal to or better than the product named in this bid.

17. The County reserves the right to be the sole judge of what is equal and acceptable and may require Bidder to provide additional information and/or samples.

RFQ No.901114Page 8

Page 9: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

18. If Bidder does not specify otherwise, it is understood that the referenced brand will be supplied.

F. QUANTITIES

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

G. PRICING

19. Prices quoted shall be firm for the first twelve (12) months of any contract that may be awarded pursuant to this RFQ.

20. Price escalation for the second and third years of any contract awarded as a result of this RFQ shall not exceed the percentage increase stated by Bidder on the Bid Form, Exhibit A – Bid Response Packet.

21. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFQ.

22. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

23. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

24. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

25. Taxes and freight charges:

a. The price(s) quoted shall be the total cost the County will pay for this project including Sales, Use, or other taxes, and all other charges.

b. No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid.

c. Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping papers show the consignee as Alameda

RFQ No.901114Page 9

Page 10: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

County; as such papers may be accepted by the carrier as proof of the exempt character of the shipment.

d. Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will furnish an exemption certificate.

26. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

27. Price quotes shall include any and all payment incentives available to the County.

28. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

29. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

H. AWARD

30. The award will be made to the lowest responsible bidder who meets the requirements of these specifications, terms and conditions.

31. Awards may also be made to the subsequent lowest responsible bidders who will be considered the Back-up Contractors and who will be called in ascending order of amount of their quotation.

32. Small and Emerging Locally Owned Business: The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services.

As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Codes: 336112 Light Truck and Utility Vehicle Manufacturing, 336120 Heavy Duty Truck Manufacturing, and 336211 Motor Vehicle Body

RFQ No.901114Page 10

Page 11: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

Manufacturing as having no more than 1,000 employees over the last three (3) years.

An emerging business, as defined by the County, is one that has less than one-half (1/2) of the preceding amount and has been in business less than five (5) years.

33. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFQ or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

34. The County reserves the right to award to a single or multiple Contractors.

35. The County has the right to decline to award this contract or any part thereof for any reason.

36. A contract must be negotiated, finalized, and signed by the recommended awardee prior to GSA approval.

37. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

38. The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFQ.

I. METHOD OF ORDERING

39. A written PO will be issued upon GSA approval.

40. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

41. POs and payments for products and/or services will be issued only in the name of Contractor.

RFQ No.901114Page 11

Page 12: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

42. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

43. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

J. WARRANTY

44. Bidder expressly warrants that all goods and services to be furnished pursuant to any contract awarded it arising from the Bid will conform to the descriptions and specifications contained herein and in supplier catalogs, product brochures and other representations, depictions or models, and will be free from defects, of merchantable quality, good material and workmanship. Bidder expressly warrants that all goods and services to be furnished pursuant to such award will be fit and sufficient for the purpose(s) intended. This warranty shall survive any inspections, delivery, acceptance or payment by the County. Bidder warrants that all work and services furnished hereunder shall be guaranteed for a period of five (5) years or as specified herein from the date of acceptance by the County.

K. INVOICING

45. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

46. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services.

47. County shall notify Contractor of any adjustments required to invoice.

48. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

49. Contractor shall utilize standardized invoice upon request.

50. Invoices shall only be issued by the Contractor who is awarded a contract.

51. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

52. The County will pay Contractor monthly or as agreed upon, not to exceed the total quoted in the bid response.

RFQ No.901114Page 12

Page 13: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

L. PERFORMANCE REQUIREMENTS

Contracted vendor shall honor and service all warranties, which may be delayed, per the attached specifications.

M. ACCOUNT MANAGER / SUPPORT STAFF

53. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder’s response to this RFQ and any contract which may arise pursuant to this RFQ.

54. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

55. Contractor account manager shall be familiar with County requirements and standards and work with the Alameda County Public Works staff to ensure that established standards are adhered to.

56. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

III. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on July 3, 2013 to:

John Butchart, Contracts SpecialistAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612

RFQ No.901114Page 13

Page 14: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

E-Mail: [email protected]: (510) 208-9602

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

57. All bids must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events.

NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

58. Bids are to be addressed and delivered as follows:

Truck-Mounted Aerial DevicesRFQ No. 901114Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907 *Oakland, CA 94612

Bidder's name, return address, and the RFQ number and title must also appear on the mailing package.

*PLEASE NOTE that on the bid due date, a bid reception desk will be open between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401 Lakeside Drive.

RFQ No.901114Page 14

Page 15: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

59. Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response Packet, including additional required documentation), with original ink signatures, plus two (2) copies of their proposal. Original proposal is to be clearly marked “ORIGINAL” with copies to be marked “COPY”. All submittals should be printed on plain white paper, and must be either loose leaf or in a 3-ring binder (NOT bound). It is preferred that all proposals submitted shall be printed double-sided and on minimum 30% post-consumer recycled content paper. Inability to comply with the 30% post-consumer recycled content recommendation will have no impact on the evaluation and scoring of the proposal.

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

60. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER COUNTY-PROVIDED DOCUMENT.

61. No email (electronic) or facsimile bids will be considered.

62. All costs required for the preparation and submission of a bid shall be borne by Bidder.

63. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

64. All other information regarding the bid responses will be held as confidential until such time as the General Services Agency has completed its evaluation, a recommended award has been made by the General Services Agency, and the contract has been fully negotiated with the recommended awardee named in the recommendation to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before the recommendation of the award and enter into contract by the General Services Agency. All parties submitting proposals, either qualified or unqualified, will receive mailed intent to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In

RFQ No.901114Page 15

Page 16: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

65. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

66. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

67. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

68. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Bid Documents.

69. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

70. It is understood that County reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of one hundred eighty (180) days, unless otherwise specified in the Bid Documents.

C. RESPONSE FORMAT

71. Bid responses are to be straightforward, clear, concise and specific to the information requested.

RFQ No.901114Page 16

Page 17: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Specifications, Terms & ConditionsFor Truck-Mounted Aerial Devices

72. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet.

73. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFQ No.901114Page 17

Page 18: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

EXHIBIT ABID RESPONSE PACKET

RFQ No. 901114 – Truck-Mounted Aerial Devices

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS TWO (2)COPIES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFQ

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFQ, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFQ No. 901114Page 1

Page 19: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFQ, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFQ No. 901114– Truck-Mounted Aerial Devices.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program[http://acgov.org/auditor/sleb/overview.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System[http://acgov.org/auditor/sleb/elation.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFQ No. 901114Page 2

Page 20: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFQ and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFQ. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFQ.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB and is requesting 10% bid preference; (Bidder must check the first box and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Exhibit A – RFQ No. 901114Page 3

Page 21: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFQ No. 901114Page 4

Page 22: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

BID FORM

Cost shall be submitted on Exhibit B as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. The cost quoted below shall include all taxes and all other charges, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid.

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

Bidder hereby certifies to County that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

A. B. C. D. (Equals B x C)

Description Unit of Measure

Estimated Quantity Unit Cost Extended Cost

1. 901114 Truck Mounted Aerial Device Each 2 $ $2. Bid Allowance per Part I, 6.0 Each 1 $5,000.00 $5,000.003. Subtotal (1+2=3) $4. TAX (9%) $5. TOTAL COST (3+4=5) $

Bid submitted by: _________________________________________________________________ (Company name)

Salesperson’s name:________________________________________________________________________________________________________ (Print)

Address:_________________________________________________________________________ (Street, City, State, ZIP)

Phone:________________________________ Cell Phone:________________________________

Email:___________________________________________________________________________

Signature:________________________________________________________________________

Signatory Initials:________________

Exhibit A – RFQ No. 901114Page 5

Page 23: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the QUOTATION and their corresponding page numbers. Tabs should separate each of the individual sections.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its goods and services to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three (3) pages in length and should be easily understood.

3. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Exhibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must select one choice under Item 10 of page 3 of Exhibit A and must fill out, submit a signed page 4 of Exhibit A.

(b) SLEB Partnering Information Sheet:

(1) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found on page 9 of Exhibit A) indicating their SLEB certification status. If bidder is not certified, the name, identification information, and goods/services to be provided by the named CERTIFIED SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement must be stated. Any CERTIFIED SLEB subcontractor(s) named, the Exhibit must be signed by the CERTIFIED SLEB(s) according to the instructions. All named SLEB subcontractor(s) must be certified by the time of bid submittal.

(c) References:

(1) Bidders must use the templates on pages 10-11 of this Exhibit A – Bid Response Packet to provide references.

(2) Bidders are to provide a list of three (3) current and three (3) former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions. Bidders must verify the contact information for all references provided is

current and valid.

Exhibit A – RFQ No. 901114Page 6

Page 24: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference.

(3) Bidder shall provide on a separate sheet(s), complete reference information for all public institutions or agencies for which it provides or has provided comparable product, systems and services. Each reference shall include the project name and location, the scope of services performed and the name, address, telephone and fax numbers of the person who may be contacted for reference information.

(4) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

(d) Exceptions, Clarifications, Amendments:

(1) This shall include clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and shall be submitted with your bid response using the template on page 12 of this Exhibit A – Bid Response Packet.

(2) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

4. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFQ. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with Bidder;

(b) The role that the person will play in connection with the RFQ;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and(e) Person’s relevant experience, certifications, and/or merits.

5. Description of the Proposed Equipment: Bid response shall include a description of the proposed equipment, as it will be finally configured during the term of the contract. The description shall specify how the proposed equipment will meet or exceed the requirements of the County and shall explain any advantages that this proposed equipment/system would have over other possible equipment. The description shall include any disadvantages or limitations that the County should be aware of in evaluating the QUOTATION. Finally, the description shall describe all product warranties provided by Bidder.

Exhibit A – RFQ No. 901114Page 7

Page 25: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

6. Financial Statements

(a) Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at 1-800-424-2495 or http://www.dnb.com/government/contractor-management-portal.html; OR

(b) Audited financial statements for the past three (3) years

Exhibit A – RFQ No. 901114Page 8

Page 26: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFQ No. 901114 –Truck-Mounted Aerial Devices

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT       % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:      

SLEB Subcontractor Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

SLEB Certification Status: Small / Emerging

NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature: Date:      

Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Printed Name/Title:____________________________________________________________________________Street Address: _____________________________________________City_____________State______ Zip Code______Bidder Signature: Date:      

Exhibit A – No. 901114Page 9

Page 27: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

CURRENT REFERENCES

RFQ No. 901114-Truck Mounted Aerial Devices

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – No. 901114Page 10

Page 28: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

FORMER REFERENCES

RFQ No. 901114 –Truck-Mounted Aerial Devices

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – No. 901114Page 11

Page 29: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901114–Truck-Mounted Aerial Devices

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Exhibit A – No. 901114Page 12

Page 30: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

EXHIBIT B - INSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFQ, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFQ:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFQ No. 901114Page 1

Page 31: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL)Bodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D Endorsements and Conditions : 1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers’

Compensation and Employers Liability, shall be endorsed to name as additional insured: County of Alameda, its Board of Supervisors, the individual members thereof, and all County officers, agents, employees and representatives.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),

or at minimum named as an “Additional Insured” on the other’s policies.– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Department/Agency issuing the contract- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Certificate C-1 Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Exhibit B – RFQ No. 901114Page 2

Page 32: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

EXHIBIT CVENDOR BID LIST

RFQ No. 901114–Truck-Mounted Aerial Devices

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901114, and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

RFQ 901114 - Truck-Mounted Aerial DevicesBusiness Name Contact Name Contact

Phone Address City State Email

Albany Ford Dan Durigan (510) 528-1244 718 San Pablo Ave Albany CA CA

Albany Ford Inc Laurie Bush ( 510 ) 528-1244 718 San Pablo Ave ALBANY CA [email protected]

Altec Industries, Inc. Don Hildebrandt (530) 219-3373 1450 N First Street Dixon CA [email protected]

Altec Industries, Inc. Michael Freeman (707) 693-2514 1450 N First Street Dixon CA [email protected] Bay Ford Truck Sales Inc. Ken Lalanne ( 510 ) 272-4400 333 Filbert Street OAKLAND CA [email protected]

Fremont Ford David Elkins (510) 360-7125 39700 Balentine Drive Newark CA [email protected] Toyota Anna Vierra ( 510 ) 252-5100 5181 Cushing Parkway FREMONT CA [email protected]

Golden Gate Truck Center Les Schwindt ( 510 ) 632-3535 8200 Baldwin St Oakland CA [email protected]

Golden Gate Truck Center Les Schwindt ( 510 ) 632-3535 8200 Baldwin St OAKLAND CA [email protected]

Golden Gate Truck Center Les Schwindt ( 510 ) 632-3535 8200 Baldwin St OAKLAND CA [email protected]

Knapheide (217) 223-18481848 Westphalia Strasse Qunicy IL [email protected]

Livermore Auto Group Inc Steve Tehero (925) 456-1233 2266 Kitty Hawk Road Livermore CA [email protected]

Livermore Auto Group Inc Steve Tehero ( 925 ) 294-7700 2266 Kitty Hawk Road LIVERMORE CA [email protected]

Monarch Leasing Inc Jan Scharnikow ( 510 ) 471-5530 29899 Union City Blvd UNION CITY CA [email protected]

TEREX Utilities David Silva 209-242-7184 200 Nyala Farm Road Westport CT [email protected]

Utility Crane and Equipment Jerry Magee (916) 202-5107 575 W. Valley Blvd Rialto CA [email protected] Truck Fabrication Inc Mark Meyers ( 510 ) 785-9994 1923 W. Winton HAYWARD CA [email protected]

Exhibit C – RFQ No. 901114 Page 1 of 1

Page 33: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

EXHIBIT D - SPECIFIC REQUIREMENTSRFQ. NO . 901114 – Truck Mounted Aerial Devices

INSTRUCTIONS: Bidders must submit, with their bid, a fully completed Exhibit D – Specific Requirements Checklist for Truck Mounted Aerial Devices.  Bids which are submitted without the “Specification Checklist” will be disqualified.

A “Yes” response to a requirement in the “Complies?” column will mean that the bidder intends to comply with the exact specification, as described in the “Specification Checklist.”  If the bidder is able to comply with the specification stated, and writes “Yes” in the “Complies?” column, no further action is required.

A “No” response to a specification sentence in the “Complies?” column will mean that the bidder is unable to comply with the specification provided by the County.

If a bidder intends to state any exceptions, clarifications or amendments to the “Specification Checklist” as described in Exceptions, Clarifications, Amendments (Exhibit A page 12), the bidder is to state “No” in the “Complies?” column and “Yes” in the “Exception, Clarification, Amendment" column.  Bidder must then provide detailed information of their exceptions, clarifications or amendments on Exhibit A.  All exceptions, clarifications or amendments shall be described in full, using additional pages, as necessary, to provide complete descriptions.  Bidder must clearly reference each exception, clarification or amendment by its corresponding item number (e.g., Item 19.4 – Worklight; or Item 12.0. – Service Provider Requirements). The County, at its sole discretion, shall have the right to deem acceptable any exceptions, clarifications or amendments stated by the bidder.

A response of “N/A” or no response to any specification column will mean that the bidder is unable to comply with the specification provided by the County.

General: Bid responses will include manufacturer’s literature, technical specifications and other information describing the materials, components and processes that will be used to construct the proposed vehicle, as well as information that is requested in other sections of this specification. The response will also include drawings or photographs showing the proposed layout and construction details of the interior and exterior of the vehicle. The documentation that is provided with the bid response will be used to determine whether a bidder’s proposal actually meets this specification. Bid responses that do not include the required documentation will be judged non-responsive, and may be rejected on this basis.

Alternative methods, materials or components that are equivalent to or better than those specified will be given careful consideration. Numbers that appear in parentheses in Part IIII-TECHNICAL REQUIREMENTS, such as (99T) in section 1.3, are Ford option codes that describe specific features and packages. Include dealer option codes if bidding a manufacturer other than Ford. References to specific brand names are recommended to describe components that have been determined to best meet operational, performance, or reliability standards of the County, thereby incorporating these standards by reference within the specifications.  These specifications are not meant to limit the vendor; they are guidelines to minimum qualifications.  The bidder shall indicate their compliance or non-compliance for each line of the specification as described in the previous paragraphs of the Specification Checklist section.   Any deviations from the requirements, specifications, or where submitted literature does not fully support the meaning of the specifications, must be clearly cited by the bidder, in writing, within Exhibit A of this RFQ as described in the previous paragraphs of the Specification Checklist section.  An “equivalent or better” may be offered by the bidder, subject to evaluation and acceptance by the County.  It is the bidder’s responsibility to provide, at bidder’s expense, samples, test data, or other documentation which the County may require to fully evaluate and determine acceptability of an offered substitute.   The County reserves the sole right to reject a substituted component that will not meet or exceed County standards.  Please refer to Page 8 of this RFQ, BRAND NAMES AND APPROVED EQUIVALENTS, for further information.

Intent: These specifications describe the minimum requirements for the type of equipment requested. Items that exceed the requirements for size, capacity, quality or performance will be given careful consideration, unless definite or maximum requirements have been set. The manufacturer (or their representative) must submit a detailed description, and justification for any deviations.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 1 of 30

Page 34: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

PART I – GENERAL REQUIREMENTS

Nr Item Specification Complies?[Yes/No]

Exception, Clarification, Amendment?

[Yes/No]1.0 Manufacturer

Experience LevelProposals will only be considered from manufacturers that have an established reputation in the field of aerial device manufacturing and that have been building truck-mounted aerial devices for a minimum of ten (10) years.

2.0 Bid Award In addition to price, the Fleet Division will use the following criteria as a basis for recommendation:

The item or product offered meets this specification as written; complies with County standards; supports the concept outlined in Part II of this specification; and fulfills County objectives for product quality, equipment standardization, minimization of downtime, and low life-cycle cost.

Proof of product quality and performance shall be demonstrated by established positive references. Bidders will provide a minimum of three references with their bid response. References must be for the same make and model of equipment that is offered in this proposal. Equipment referenced will have been in service a minimum of twelve (12) months.

3.0 Scope of Work The successful bidder will furnish a truck-mounted, insulated aerial device and a heavy duty line body (a service body used in the maintenance of electrical distribution systems), constructed in accordance with the attached specifications.

4.0 Usage This specified equipment will be used in the maintenance of roadway traffic signals, and will be custom designed and built for this purpose.

5.0 Description The vehicle described in these specifications will consist of a 19,500 pound GVWR chassis-cab, aerial device with 37-foot working height; a heavy duty service, or line, body (typically used in maintenance of electrical distribution systems), and accessories.

6.0 Design Standards The unit offered in the bidder’s proposal will be designed and engineered to provide a 15-year life under conditions typically encountered in traffic signal

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 2 of 30

Page 35: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Specification Complies?[Yes/No]

Exception, Clarification, Amendment?

[Yes/No]

maintenance operations.

7.0 Regulatory Compliance

Unit described must meet or exceed the requirements of all applicable Federal Motor Vehicle Safety Standards (FMVSS); Society of Automotive Engineers (SAE) and American National Standards Institute (ANSI) standards, and all other Federal, State and Local regulations applicable to this type of equipment.

8.0 Delivery Delivery times stated in the bid response and purchase order will be in calendar days, and are of the essence.

If the successful bidder is delayed or obstructed in completing this contract for reasons beyond his/her control, the delivery date may be extended for a period that will be mutually agreed upon by the contractor and the County.

Delivery time will continue until final acceptance of the equipment by the County.

Delivery Date: 180-240 days after receipt of order (ARO)

State delivery date in calendar days ARO:___________________________

9.0 Delivery (Cont’d) The actual delivery will be conducted by transporting the unit on a separate trailer from the manufacturer’s facility to its final destination. The unit will not be towed behind another vehicle. The equipment will be protected from damage by rock chips, road tar, salt and other debris during transit. Any road grime or salt spray will be cleaned from the vehicle immediately upon its arrival at the local distributor.

Final destination:

Alameda County Public Works Agency

Dublin, CA 94568

10.0 Service ProviderRequirements

Since the continuous operation of this equipment is important and sometimes of an emergency nature, it is necessary that the successful bidder be in a position to render prompt parts and service support.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 3 of 30

Page 36: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Specification Complies?[Yes/No]

Exception, Clarification, Amendment?

[Yes/No]

The successful bidder will maintain and/or have access to a full-service, factory-authorized repair facility within a 100-mile radius of Alameda County. The parts inventory will be of sufficient size and variety to offer an availability of approximately 95% within 48 hours of order by this agency. Availability of normal wear items will not exceed 24 hours.

The bidder will attach a proposed parts and service support program per 7.0 for evaluation. Review of the bidder’s ability to provide prompt parts and service support will be a factor in the award decision.

The facility’s primary focus will be aerial device maintenance and repair including but not limited to aerial devices, hydraulic systems, complex electrical systems, emergency lighting, utility bodies, and generator systems.

The facility will also include a full service body shop where major body and paint repairs can be performed.

In addition to a service facility, the vendor will operate a minimum of one (1) fully equipped mobile service vehicle with the ability to carry spare parts and repair equipment.

11.0 Service ProviderRequirements (Cont’d)

All bidders will provide details of their service capabilities in the categories listed below:

Service Facility Location: _______________________________________

___________________________________________________________

Service Facility Manager: ______________________________________

Service Facility Phone Number:__________________________________

24 / 7 / 365 Service Phone Number: ______________________________

Service Facility Website: ______________________________________

Number of Service Bays: _______________________________________

12.0 Service ProviderRequirements (Cont’d)

Number of Mobile Service Vehicles: _______________________________

Number of Factory-Trained Service Technicians: ____________________

List all current certifications each technician possesses (use additional pages

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 4 of 30

Page 37: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Specification Complies?[Yes/No]

Exception, Clarification, Amendment?

[Yes/No]if necessary):__________________________________________________

Service Facility Hours of Operation: _______________________________

Service Facility Parts Inventory (in Dollars): __________________________

13.0 Dealer Preparation Bid prices must include all necessary dealer preparation applicable to new equipment prior to final delivery to the County. The dealer will provide and/or complete the following services at a minimum:

Proposal Compliance - Inspect entire unit for compliance with proposal.

14.0 Dealer Preparation (Cont’d)

Fluid Levels - Inspect for correct capacities of the following: Diesel exhaust fluid, engine oil, coolant, power steering fluid, washer reservoir fluid, transmission fluid, differential fluid, hydraulic oil.

Visual Inspection - Inspect tires and wheels for proper pressure and proper lug nut torque. Tighten any loose hardware and repair reasonable paint scratches or chips. Check doors for correct adjustment.

Electrical Inspection - Operate all lights and other electrical accessories.

Road Test - Run a road test with completed unit.

Fuel Tank - Fuel tank will be filled to capacity prior to final delivery.

Cleaning / Detailing - The entire unit will be thoroughly washed and detailed at the dealership prior to final delivery to the County. This includes removal of any metal shavings.

PART II – TECHNICAL REQUIREMENTS

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 5 of 30

Page 38: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]15.0 CHASSIS-CAB

15.1 Description New, 2014 model Ford F-550 XL 4X2 “Regular Cab” chassis/cab, DRW, 19,500 GVW, 60” CA (660A/F5G)

15.2 Axle Ratings Front: 7,000 pounds

Rear: 12,000 pounds (minimum)

15.3 Drivetrain 6.7L OHV Power Stroke® diesel V8 (B20 capable) (99T)

Automatic transmission, TorqShift® six (6) speed automatic SelectShift O/D with PTO provision (44W/62R)

4.88 rear axle ratio, with limited slip differential (X8L)

15.4 Wheels/Tires 19.5” Argent painted steel wheels (64Z)

225/70RX19.5G BSW A/S tires

15.5 Packaged Options Payload Plus Upgrade Package (68M)

Power Equipment Group (90L)

XL Value Package (96V)

15.6 Individual Options 200-amp extra heavy-duty alternator (67D)

AM/FM stereo/single-CD/MP3 player/clock with four (4) speakers, includes auxiliary audio input jack (585)

Black vinyl floor covering

Cab steps, six-inch (6”) angular black molded in-color running board (18B)

15.6 Individual Options (Cont’d)

Daytime running lamps (942)

Keys, two (2) additional (four total)

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 6 of 30

Page 39: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Key fobs, (2) additional (three total)

Upfitter switches (66S)

15.7 Seating HD Vinyl 40/20/40 split bench with center armrest, cupholder and storage (AS)

16.0 AERIAL DEVICE

16.1 Type/Description Articulating over-center aerial device, with continuous rotation feature, for mounting just ahead of rear axle.

16.2 Performance Platform height:

32 feet, four (4) inches from ground to bottom of platform (based on 40” frame height and 34-3/4” high pedestal)

Horizontal reach:

24 feet from centerline of rotation to outside of basket (with bottom of platform at ground level)

18 feet, six (6) inches from centerline of rotation to outside of basket (with upper boom over the center and bottom of platform at 19 feet)

Boom articulation:

Lower boom: Five degrees (5O) below horizontal to (5O) beyond vertical (for a total of 100O)

Upper boom: 190O articulation relative to lower boom

Basket capacity: 350 pounds – no exceptions

16.2 Performance (Cont’d)

Insulation rating: ANSI A92.2 (most current edition), Category “B” – 69 Kv and below.

16.3 Pedestal The pedestal will consist of a rectangular-shaped steel weldment, mounted just ahead of the rear axle. Exact location of pedestal will be based on optimum weight distribution.

Weldment will be fabricated from 1.25” steel plate. Footprint of pedestal will

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 7 of 30

Page 40: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

not exceed 22”W X 25”L.

Pedestal will include large access openings on both sides, to facilitate hydraulic system maintenance.

Pedestal will include a 1.25” thick steel top plate. The top plate will be machined after welding, prior to installing the rotation bearing.

16.4 Turret Turret will consist of 0.5” (½”) thick steel turret wings, welded to a steel tube for rigidity.

Turret base plate will be machined flat after welding

A full coverage continuously welded bearing cover will be provided

16.5 Rotation Rotation will be continuous and unrestricted in either direction. Continuous rotation will be facilitated by an electric and hydraulic collector assembly, to provide a path for hydraulic oil and electrical signals from pedestal to turret.

Rotation will be accomplished by a hydraulically driven worm and spur gear set acting on a shear-ball rotation bearing.

The critical bolts holding the turret to the rotation bearing and the bearing to the pedestal will be a minimum of SAE Grade 8.

Critical bolts will be marked with a torque seal indicator to provide a quick means for inspecting tightness.

16.5 Rotation (Cont’d) A slotted adjustment will be provided to facilitate the adjustment of pinion and rotation gear clearances.

An external hex drive is provided for manual rotation in case of hydraulic failure.

16.6 Torsion Bars Chassis will be outfitted with torsion-bar style stabilizers. An overframe bar assembly will be installed on rear axle, and an underframe bar will be installed on front axle.

Torsion bars will include rubber bushings at all points of movement, and will

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 8 of 30

Page 41: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

not require periodic lubrication.

Torsion bars will be designed to insure maximum stability in all operating position (on slopes of up to five percent), without the use of outriggers.

16.7 Boom Configuration

Stacked boom configuration, 10’ 4” maximum travel height at 40” frame height.

16.8 Cylinders Boom cylinders will be double-acting, with threaded end glands.

Boom cylinders will be equipped with dual, integral cartridge-style holding valves.

Blind end of cylinders will be one-piece castings. Cylinder rod eyes will be threaded and welded for redundant retention.

Each cylinder will include bleed-down ports to allow for lowering boom in case of hydraulic failure.

16.9 Lower Boom The lower boom will consist of 6” X 8” rectangular steel sections and a high-strength fiberglass insert providing a minimum 12” insulation gap.

The insert will be mounted to the steel boom sections, after which adhesive will be pumped in under pressure to fill all voids. After the adhesive has cured, a minimum of 16 bolts will be added to assure maximum strength.

A stainless steel stud will be provided at each end of the insert to shunt the system during electrical testing.

16.10 Upper Boom The upper boom will consist of a 6” X 6” (inside dimension) high-strength fiberglass section, providing a minimum 92” insulation gap.

The outer surface of the boom will be covered with a smooth white gelcoat finish. Fiberglass resins will contain UV inhibitors.

The upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage.

An upper boom support with ratchet style tie-down strap and tubular rubber

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 9 of 30

Page 42: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

platform support will be provided. Boom rest will be located just behind truck cab.

16.11 Pivot Points Non-lube type bushings will be provided at all pivot points. The rotation bearing and leveling system will be the only components requiring lubrication.

Pivot pins will be manufactured from high-strength alloy steel, chrome plated and centerless ground for a hard finish and corrosion resistance.

Pivot pins will be bolted in plate with a welded pin tab at one end and a pin cap at the opposite end, for redundant retention.

16.12 Platform Single, side hung, 350 pound capacity

Platform leveling will be automatic; accomplished by a totally enclosed #60 chain and 0.5” (½”) diameter fiberglass rod parallelogram system.

Platform will tilt for cleaning or rescue by means of a cam lock and hydraulic dampeners.

Closed fiberglass platform will be 24” X 24” X 42” deep (minimum), with an inside and outside step for easy access.

A platform liner will be provided. Platform liner will include an inside step. Platform liners will be tested and rated to 50Kv AC.

16.12 Platform (Cont’d) Personnel restraint system:

Two (2) full-support safety harness and shock-reducing lanyards will be provided with each unit. The anchor for the lanyard will be attached to the upper platform support.

A soft vinyl platform cover will be furnished with unit.

16.13 Hydraulic System (General)

Hydraulic system power will be provided by means of a “hot-shift” push-to-operate switch (PTO).

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 10 of 30

Page 43: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Upon engagement of the PTO, engine speed will automatically increase to a pre-determined setting that will insure optimum hydraulic system operation.

Open-center hydraulic system for aerial device will provide a minimum of three gallons per minute (3 GPM) at 2250 PSI.

The hydraulic pump will draw oil through a 100-mesh suction screen

A 10-micron return line oil filter and bypass valve will be provided

16.14 Hydraulic Reservoir

The hydraulic oil reservoir will be designed as an integral part of the pedestal.

Reservoir will provide a minimum of 15 gallons oil capacity.

A shut-off valve will be installed between reservoir and pump

Reservoir will include a 60-mesh fill strainer, anti-splash baffling and easy-to-read fluid level gauges.

16.15 Hydraulic Hoses/Fittings

Hoses that are routed through booms will be high-pressure, non-conductive hoses with swaged hose end fittings.

Protection will be provided in all areas where hoses might chafe or rub.

Plastic or woven nylon sleeves will be installed over the hoses at all points of movement.

Hydraulic tubing, if used, will be corrosion-resistant, cadmium plated.

16.16 Controls Controls will be provided at the platform and turret. A weatherproof sheet steel cover will protect turret controls.

Turret controls will be full pressure type, with lever control for all boom functions.

Turret controls will include a manual selector valve to override the platform controls, and to serve as emergency stop for the platform controls.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 11 of 30

Page 44: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

All platform controls will be located on the outside of the bucket (side that is opposite of the boom).

A single “joystick” control will be provided. The control will consist of a multi-jointed handle which operates the control valve.

A safety trigger located on the underside of the single stick handle (“deadman”) will not allow boom movement until the trigger is depressed.

The control valve will operate at full pressure and full flow, and will allow the operator to feather between the three control movements to provide true multi-function boom action.

An emergency stop control will be provided.

Engine start/stop control:

An engine start/stop control will be provided. Control will consist of an air cylinder at the platform, and a toggle switch at the platform. The start/stop circuit will function so that the lift cannot be operated unless the truck ignition switch is in the “run” position and the master control is activated.

16.17 Emergency Hydraulic System

Provide a 12 VDC emergency hydraulic system. System will be capable of moving and stowing the aerial device in case of failure of the main hydraulic system.

17.0 UTILITY (LINE) BODY

17.1 Description Knapheide “J” model, “600 Series” (no exceptions).

17.2 Dimensions Overall: 107.25”L X 94”W X 40”H

Compartment depth: 20 inches

17.3 Body Shell All body panels and doors will be constructed from two-sided A40 galvanneal steel.

Side, top, end and fender panels will be constructed from 14-gauge sheet

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 12 of 30

Page 45: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Compartment top and back will be one-piece seamless design

All doors, door openings, drip rails and other exposed steel edges to be hemmed for strength, safety and corrosion resistance.

17.4 Understructure Understructure will be fabricated from 11-gauge 50,000 psi formed steel channel cross-sills.

17.5 Floor Floor will be constructed from 12-gauge steel treadplate, incorporating a 1.375” (1-3/8”) return flange on each side.

Side compartment back-panels will overlap and interlock with floor flange, providing additional support for the weight of side compartment, and eliminating the rust-prone exposed seam between floor and side compartments.

Entire floor area will be flat. Wheelwells will not intrude into cargo area.

17.6 Tailgate Provide a full-width, 12” high tailgate. Tailgate will employ double-panel construction with a flat interior surface for workbench use.

Tailgate will include a slam-lock latch with center release, providing one-hand operation.

17.7 Doors All doors will be double-shell, constructed from 20-gauge sheet, with hat section reinforcement.

Hinges:

All hinges will be continuous, fabricated from stainless steel and spot welded to door and door frame.

Door handles:

Stainless steel paddle handle

Door latches:

Rotary style, on automotive style latches, with adjustable, bolt on strikers. Latches will include protective covers.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 13 of 30

Page 46: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Door seals will be neoprene, automotive bulb-style, installed on door frame. Weatherstripping will be retained in groove without the use of adhesive.

Door retainers:

Double-spring over-center door retainers will be provided on all vertical doors.

Vinyl coated cable supports will be provided on horizontal doors.

17.8 Shelving Shelves will be fabricated from 18-gauge bright spangled galvanized steel, with hemmed dividers on four-inch (4”) centers. 250-pound capacity per shelf.

17.9 Streetside Compartment Detail

First vertical:

35.25” wide

Generator unit (see item 4.2) will be mounted at top of compartment on a fixed shelf.

Lower portion of compartment will include two (2) adjustable shelves.

17.9 Streetside Compartment Detail (Cont’d)

Horizontal:

44.75” wide

One (1) adjustable shelf

Rear vertical:

27.25” wide

Three (3) adjustable shelves

17.10 Curbside Compartment Detail

First vertical:

35.25” wide

Compartment will include a minimum of eight (8), three-inch (3”) deep drawers. Drawers will be as wide and as long as the compartment allows.

Drawers will be constructed from heavy-gauge steel and will provide

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 14 of 30

Page 47: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]a 250-pound capacity per drawer.

Drawers will be mounted to heavy-duty ball bearing slides. Drawers will latch securely in the open and closed position. Latches will be operable by one hand.

Drawer units will slide out completely, so that the rear edge of the drawer is clear of the front edge of the drawer above it, allowing for full access to all items in the drawer.

Horizontal:

44.75” wide

Two (2) adjustable slide out trays. Each tray will provide a 250 pound capacity.

Trays will be mounted to heavy-duty ball bearing slides, and will latch securely in the open and closed position. Latches will be operable by one hand.

Trays will be designed so that they slide out completely, without interference from the door retaining cables. When trays are in the open position, all items in the tray will be accessible.

17.10 Curbside Compartment Detail (Cont’d)

Rear vertical:

27.25” wide

Three (3) adjustable shelves

17.11 Bumper Body will include a full-width, heavy-duty steel bumper. Bumper will be 12” deep, and will incorporate a treadplate step surface.

17.12 Access Ladder A heavy-duty (300 pound minimum capacity) platform access ladder will be installed on the curbside of the vehicle.

Access ladder will be securely mounted to the curbside compartment and the bumper. Reinforcement will be provided at each mounting point if necessary.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 15 of 30

Page 48: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

The ladder will be constructed from heavy-gauge rectangular steel tube, with heavy-duty treadplate steps.

Ladder will be designed to provide safe, ergonomically sound access from ground to platform and vice-versa.

Ladder will include five (5) steps. Lower four (4) step treads will be 12”W X 9”D; top step will be 22”W X 9”D or as wide as necessary to provide safe access to platform without “reaching.”

Steps will be no greater than 10” apart, with a minimum two-inch (2”) offset between the leading edges of each step and the step below it.

A “pool” style grab bar will be installed on the outside of the ladder. Grab bar will be constructed from one-inch (1”) steel tube.

Upper portion of grab bar will form a loop and will extend high enough to be used as an assist for safe entry into the bucket.

Grab bar will be designed to provide a natural hand position as operator ascends the ladder.

17.13 Miscellaneous Body Features

Compartment tops will be covered with diamond-pattern aluminum “Grip-Strut” style plank grating. Grating will be bolted to compartment tops. One-inch (1”) clearance will be provided between bottom of plank and top of compartment to facilitate drainage and cleaning.

Body will be equipped with Master Locking System and Four (4) “Codeable” padlocks. Padlocks will be designed to be used with chassis ignition key.

Provide one (1) cable step on curbside of bumper just below access ladder.

Provide one (1) heavy-duty grab handle on each side of utility body; at rear, to assist with access into the cargo area. Final grab handle locations will be determined at pre-paint inspection.

Level indicators:

Provide bubble level indicators (Reiker model 1017SPL) with “eyebrow”

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 16 of 30

Page 49: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]guards, at the following locations:

Rear of curbside compartment

Curbside of bumper

Curbside of bumper

Mudflaps:

Install heavy duty mudflaps behind each wheel well.

Wheel chock holders:

Utility body will include two (2) wheel chock storage wells on the curbside of vehicle. Storage wells will be located on either side of the fenderwell.

Two (2) wheel chocks will be furnished with unit. Chocks will be rubber, with hairpin-style metal handle.

Vice bracket:

Furnish and install a two-inch (2”) heavy-duty vice receiver bracket at the curbside of rear bumper. Exact configuration to be determined at pre-construction conference.

17.14 Miscellaneous Body Features (Cont’d)

Ladder bracket:

Furnish and install a ladder bracket on the street-side interior of the cargo area. Ladder bracket will consist of a formed steel lower bracket and a retaining strap; designed to hold an eight-foot (8’) folding step ladder.

18.0 18.0 ELECTRICAL SYSTEM

18.1 General Requirements

Bidders must be able to perform high-quality installation of electrical systems and wiring, using “state of the art” components and installation techniques.

The minimum standard applicable to this project will be Society of Automotive Engineers (SAE) Standard J1292 (Automobile, Truck, Truck-Tractor, Trailer, and Motor Coach Wiring).

The Contractor’s staff must have experience with low voltage automotive direct current (12 – 48 VDC) and medium voltage alternating current (110

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 17 of 30

Page 50: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

VAC) wiring and electrical systems.

Wire and cable used on this project will be appropriate for the application, in accordance with SAE J1128 (Low Tension Primary Cable). All low voltage DC wiring will be GXL grade or higher.

Technicians will properly route, secure and protect all wiring and wire harnesses. The use of adhesive-backed tie anchors, “Scotchlock” devices and electrical tape in any installation is strictly prohibited.

Open, “crimp” type connectors are not acceptable for exterior connections.

All electrical components, including wiring, will be rated at 125% of maximum recommended load.

All wiring will be color-coded and/or numbered; and will terminate in sealed, weatherproof connections.

All wiring used for stop, turn, tail and clearance lights on truck bodies will consist of modular harnesses, with integrated, weatherproof connectors.

18.1 General Requirements (Cont’d)

Chassis wiring harnesses will not be cut, tapped or spliced. Any connections to the chassis harness will be made via connectors supplied by the chassis Original Equipment Manufacturer (OEM).

All exposed exterior wiring, and any wiring running inside compartments, will be protected by a raceway, channel or conduit.

In all areas where wiring is not protected by conduit, it will be protected by heat-resistant (300O) loom.

Hard plastic (snap-in or glue-in) or rubber grommets will be installed wherever wiring passes through walls or partitions.

All wiring will be secured with plastic cable ties and/or rubber-coated aluminum or steel cable clamps. Self-adhesive tie mounts or wire clips are not acceptable.

Wherever practical, wiring looms will be tied together, and clamped to

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 18 of 30

Page 51: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

bulkheads and frame members, to insure maximum security and vibration resistance. Wire looms will not be attached to hose bundles.

All continuous runs of wiring will be securely supported at intervals of 16 inches or less.

18.2 110 VAC Electrical System

Generator:

Furnish and install a Getec, Inc. “Hydro-Max” HM-300 3,000-watt, single-phase hydraulically-driven AC generator.

The generator unit will be mounted on a shelf at the top of the street-side forward vertical compartment. Adequate ventilation will be provided.

Generator unit will be driven by a hydraulic pump which will be mounted to the chassis PTO. If unit is to be driven by aerial device hydraulic pump, pump capacity will be increased as necessary. In all cases, generator and aerial device will be capable of operating simultaneously at full capacity without the need for a diverter or selector valve.

18.2 110 VAC Electrical System (Cont’d)

Load center:

Cutler-Hammer (or approved equal), with space for four (4) full-size circuit breakers. The load center will be located in the street-side forward vertical compartment.

Individual ground frequency circuit interrupting (GFCI) breakers will be provided for each circuit, so that a tripped breaker does not affect other on-line equipment.

Outlets:

The generator’s AC output will be hardwired (using liquid tight flexible conduit), to two (2) outdoor rated National Electronics Manufacturers Association (NEMA) 5-15R outlets.

Install one (1) outlet at the front of each compartment, near the top (total = 2).

Outlet boxes will be recessed into the body. Outlets will include weatherproof covers.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 19 of 30

Page 52: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

General AC electrical system requirements:

Except where superseded by National Fire Protection Association (NFPA) 1901, all components, equipment and installation procedures will conform to NFPA 70 (National Electrical Code or “NEC”) requirements.

All grounding will be accomplished in accordance with NEC Section 250-6 (Portable and Vehicle Mounted Generators). Ungrounded systems will not be used. Only stranded or braided copper conductors will be used for grounding and bonding.

Equipment grounding will be accomplished in accordance with NEC Section 250-91 (Grounding Conductor Material).

The grounded current-carrying conductor (neutral) will be insulated from the equipment grounding conductors, and from equipment enclosures and other grounded parts. The neutral conductor will be colored white or gray in accordance with NEC Section 200-6 (Means of Identifying Conductors).

18.2 110 VAC Electrical System (Cont’d)

All conductors used the in the AC power system will include Thermoplastic Insulation, High Heat Resistant, Weather Resistant (type THHW or THW), enclosed in liquid-tight flexible non-metallic conduit. Conduit will be rated at 90oC.

Conduit will not be attached to suspension components, water or fuel lines, air or air brake lines, hydraulic lines, exhaust system components, or low voltage wiring. Conduits and wiring will be separated from exhaust piping a minimum of 12 inches, or will be properly shielded. Conduits and wiring will be separated from fuel lines a minimum of six (6) inches.

Conduit will be supported within six inches (6”) of any junction box, and at 24” intervals on continuous runs. Supports will be compatible with the conduit selected, and will be securely fastened to the vehicle.

The conductors used between the output terminals of the power source and the main overcurrent protection device will not exceed 144 inches in length.

18.3 12 VDC Connectors

Provide two (2) Cole-Hersee #11041-6 two-pole sockets. Sockets will be located at the rear of the utility body, on each side. Final location will be determined at the pre-construction conference.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 20 of 30

Page 53: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]19.0 19.0 LIGHTING/SAFETY EQUIPMENT

19.1 Control Switches Dash-mounted upfitter switches will be used for all switching functions, unless additional switches are required.

If the four (4) upfitter switches are not adequate to accommodate all switching functions, provide an overhead console in the truck cab (Wired-Rite model FVO switch panel). Console will include “Series One” switches with backlit legends.

Switch functions and locations will be finalized at pre-construction conference.

19.2 Light Bar Furnish and install one (1) Whelen® JY2AAAA 56.25” Justice® WE-CAN series lightbar with four corner amber modules and six (6) model JDCA inboard amber light modules (see Figure 1 below).

19.2 Light Bar (Cont’d) Front of Vehicle

Figure 1

The light bar will be installed on a tubular steel light bar mount. Mount will be installed just behind the truck cab, and may be integrated with boom rest. Light bar will be installed on brackets so that it slightly overhangs the rear of truck cab.

Light bar wiring will be concealed within mount or by means of a hat channel.

Light bar will be controlled by one of the dash-mounted upfitter switches.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 21 of 30

Page 54: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]19.3 Directional Arrow Furnish and install one (1) Whelen® TAM85 500 Series TIR6 based light

emitting diode (LED) eight (8) lamp Traffic Advisor™ directional arrow, one (1) piece, with harness & control head, and one (1) Whelen # TA4437M; Whelen 500 series TIR6 based LED eight (8) lamp Traffic Advisor, two (2) piece, with harness.

TAM85 will be installed below tailgate, and recessed into toe kick area of rear bumper if possible.

TA4437M sections will be installed on the top of each compartment at the rear of utility/line body. Arrow sections will be protected by heavy gauge sheet steel covers.

Arrow controller will be mounted in cab; exact location to be determined at pre-construction conference. Traffic arrow wiring will be concealed within body or by means of a hat channel.

19.3 Directional Arrow (Cont’d)

One (1) controller will control both arrow units. One (1) light from the TAM85 will be paired with the corresponding light on the TA4437M so that they flash together.

19.4 Work Light Furnish one (1) Unity® AG six-inch (6”) portable LED spotlight (2O angle) with magnetic-mount base.

Light will be equipped with a heavy-duty 10’ (extended length) coiled cord. Cord will be terminated with a Cole-Hersee 11042-05 plug.

19.5 Compartment Lighting

All compartments will be individually lighted, using LED strip lighting. Lighting will be sized and placed in order to illuminate as much of the compartment space as possible.

The lighting in each compartment will be controlled independently, through door-mounted proximity switches.

19.6 Spot Light Furnish and install one (1) Golight® model 2067 remote control spotlight. Spotlight will include a dash-mount hard-wired remote and two (2) wireless remote controls.

Dash mount remote will be mounted within easy reach of the driver or in

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 22 of 30

Page 55: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

overhead console (if used). Remote will indicate when roof light is in the “on” position.

The light fixture will be mounted to the light bar mount described in item 5.2 above, and will be placed where it will provide the maximum lighting coverage at ground level; and upwards to illuminate the work area while the operator is in the aerial platform. Spot light wiring will be concealed within mount or by means of a hat channel.

19.7 Miscellaneous Lighting

All stop, turn, tail, and backup lights will be grommet-mounted, LED type, mounted in bumper toe-kick.

Marker lights: Provide front, rear and side marker lights in accordance with Federal Motor Vehicle Safety Standards (FMVSS) and other applicable requirements. All lights shall be LED type.

19.7 Miscellaneous Lighting (Cont’d)

Map light: Provide a Federal Signal LF12ERB map light. Map light will be mounted in dash area, and will be controlled by an adjacent switch.

19.8 Rear View Camera System

Furnish and install one (1) AWTSL503M150C rear view camera system manufactured by Alliance Wireless Technologies, Inc. (866.804.2984 – www.awti.net)

System will include:

AWTSL503M 5” Slim Line™ LED Monitor with Audio and Ram Pedestal.

AWT150C - 1/3” Sony Super Hole Accumulation Diode (HAD) Color CCD IR Camera with Microphone.

AWT065T – 65’ Heavy Duty Coaxial Cable.

Camera will be recessed into bumper toe-kick, and will be protected from damage Monitor mounting location will be determined at pre-construction conference.

19.9 Miscellaneous Items

Reverse alarm: Furnish and install an ECCO model SA917-PM2 reverse alarm.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 23 of 30

Page 56: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]20.0 20.0 ACCESSORIES

20.1 Water Cooler Furnish and install an Igloo® #451 five (5) gallon insulated water cooler and Igloo® brand sheet metal cooler bracket.

Bracket will be mounted to front of curbside compartment, and will be finished to match utility body.

20.2 Tow Package Tow package:

“Multi-Hitch’ two-inch (2”) ball-pintle

10,000 pound rated mounting

22-24 mounting height from ground level

Two (2) 5/8" "D" rings

20.2 Tow Package (Cont’d)

Wire harness to terminate a seven (7) pin (Phillips #15-720) connector. Socket wiring configuration will be determined at pre-construction conference.

21.0 21.0 APPENDIX

21.1 Paint and Finishing

Cab Color: Oxford White (Z1)

Color of aerial device, utility/line body and accessories not finish painted by the manufacturer:

White, to match cab

As part of the finishing process, the completed utility/line body will be completely immersed in an electro-deposition/electro-plating prime paint system (no exceptions).

Bidders must be able to perform high-quality automotive paint work using industry-standard two-component acrylic urethane finishes. All paint finishing work will be accomplished in an appropriately-sized paint booth.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 24 of 30

Page 57: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Paint finishes will be expected to last the life of the vehicle (average 10 years) in most cases, assuming normal wear and tear.

High-quality metal preparation procedures will be employed to prevent peeling, bubbling and flaking of finish paint. High quality finish paint products will be used, to prevent fading and chalking. Finish paint will not be applied to unprimed surfaces. All exposed bare metal surfaces will be covered.

All items that are finish painted by the manufacturer will retain their original finish unless otherwise specified.

21.2 Demonstration A practical demonstration will be required for each unit bid, within 10 days after bid opening, unless the County has demonstrated the unit within the preceding 12 months.

21.2 Demonstration (Cont’d)

The demonstration will consist of a brief orientation and familiarization session with operation and maintenance staff. The demonstration will take place at the Agency’s Hayward Maintenance Facility.

21.3 Labels All switches and controls will be labeled with permanently mounted, engraved plastic tags unless otherwise noted. "Dymo" type labels are not acceptable.

21.4 Drawings Proposal drawings:

All bidders must submit a set of proposal drawings with their bid response. These drawings must show:

The exterior configuration of the vehicle; including the chassis, aerial device, and utility body. Drawings will detail compartment sizes and locations, and will show all lighting and mounted accessories.

Drawings will show the interior configuration and dimensions of all compartments; including all shelves, hooks, brackets and installed accessories.

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 25 of 30

Page 58: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Approval drawings:

The vendor will provide two (2) copies of a “D-size” drawing (24” x 36”), showing all items listed below, within 30 calendar days after the date of the pre-construction conference. The drawing may also be submitted electronically. Drawings will be reviewed and approved by Agency staff prior to the commencement of production.

The drawings will show all pertinent details of the completed vehicle and will include:

Full curbside view (including chassis)

Full street-side view (including chassis)

Rear view

Front view

Top view

Overall unit dimensions

21.5 Pre-Construction Conference

The successful bidder will meet with Agency representatives to review the proposal at the County’s Dublin, CA maintenance facility. Any required changes will be made, and materials and furnishings not specifically detailed in this specification will be chosen at this time. Forty-eight hours mutual advance notice will be provided.

21.6 Progress Reports The successful bidder will provide weekly progress reports via e-mail, including digital photographs of the vehicle as it is being constructed. The reports will commence at the beginning of the manufacturing process and will continue until just prior to the final inspection. The reports will show the progress of the vehicle through the course of each week. Special attention will be given to show the unique features and aspects of the vehicle as construction progresses.

21.7 Pre-Paint andPre-Delivery Inspections

This vehicle will require an inspection just prior to finish painting, and another just prior to delivery. Vendor will notify Keith LaHaie, Fleet Manager, (925-803-7006) to arrange for these inspections. Forty-eight hours mutual advance notice will be provided.

21.8 Service Literature The successful bidder will submit two (2) copies each of the following

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 26 of 30

Page 59: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

documents at the time the vehicles are delivered:

“As built” hydraulic and wiring diagrams (“D-size” sheets – 24 x 36” - if available) to cover all components described in this specification.

“As built” service manuals, to cover all components specified in this document.

“As built” parts manuals and diagrams

Manuals and diagrams must be available via Internet or supplied on DVD media. Either delivery method will include a comprehensive search feature.

Manuals and diagrams will be specific to the chassis, aerial device and other components being purchased. Generic manuals that include multiple models are not acceptable.

21.8 Service Literature (Cont’d)

All manuals will include:

Manufacturer name, chassis/aerial device model and serial/job number

Table of contents

Parts manuals will include:

Part numbers with full descriptions

Parts sections sorted in functional groups reflecting a major system, component or assembly.

Parts sections sorted in alphabetical order

Parts location instructions

The successful bidder will supply four (4) copies each of all operation manuals, and two (2) copies of a DVD-format operational and safety video presentation covering:

Vehicle pre-trip inspection

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 27 of 30

Page 60: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No] Chassis operation

Aerial device operation

Maintenance and safety

21.9 Vehicle Registration

The successful bidder will register vehicle(s) with the California Department of Motor Vehicles (DMV). Successful bidder will apply for EXEMPT registration.

Title and license plates will be delivered within 30 days of receipt of final payment.

21.10 Training Successful bidder will provide a minimum of four (4) hours of training for up to 15 equipment operators and service technicians. The training session will cover chassis features, and aerial operation, maintenance and safety. This training will be scheduled to occur within one (1) week of vehicle delivery.

21.10 Training (Cont’d) Successful bidder will provide a minimum of eight (8) hours of in-depth aerial device training for up to 10 service technicians. Training will consist of a classroom session, and hands-on troubleshooting of electrical and hydraulic systems. Training will cover all aspects of maintenance and repair for the aerial device supplied. This training will be scheduled to occur within one (1) month of vehicle delivery.

21.11 Warranties Chassis“Bumper to Bumper:” Three (3) years, 36,000 milesEngine: Five (5) years, 100,000 milesPowertrain: Five (5) years, 60,000 milesCorrosion: Five (5) years, unlimited mileage

Aerial

The entire aerial device, installation and accessory components will be covered for defects in material and workmanship by a one (1) year warranty. Warranty will cover parts, labor and any travel charges incurred during the warranty period.

Cylinders and hydraulic lines:

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 28 of 30

Page 61: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Nr Item Requirements Complies?Yes/No

Exception, Clarification, Amendment?

[Yes/No]

Three (3) years, parts only

The structural components of the aerial device will be warranted for the life of the unit.

Utility/Line Body:

Utility body will be covered for defects in material and workmanship by a three (3) year, 36,000 mile warranty.

Utility body will be covered against “rust through;” failure of door hinges, door latches and lock cylinders, and failure of compartment shelving under rated loads.

21.11 Warranties (Cont’d)

Component manufacturer coverage will be transferred to the County of Alameda. Any additional warranty conditions, exclusions, limitations or additional coverage will be disclosed in bid response.

Some or all of the items requested in this bid may require a delayed warranty start date. All warranties will commence on the date that the completed unit is placed into service at the County of Alameda. The appropriate warranty delay forms will be delivered with the unit(s).

NOTE: Copies of all warranties shall be provided with the bid response.

Bid submitted by: _____________________________________________________________________________________ (Company name)

Salesperson’s name:________________________________________________________________________________________________________________________________________ (Print)

Address:_____________________________________________________________________________________________ (Street, City, State, ZIP)

Phone:___________________________________________ Cell Phone:______________________________________

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 29 of 30

Page 62: 901114 RFQ Truck-Mounted Aerial Devices · Web viewThe upper boom will be actuated at the knuckle by a hydraulic cylinder and four (4) bar linkage. An upper boom support with ratchet

Email:_______________________________________________________________________________________________

Signature:____________________________________________________________________________________________

Signatory Initials:________________

Exhibit D – Specific Requirements for RFQ No. 901114, Truck Mounted Aerial Devices Signatory Initials__________ Page 30 of 30