State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

CONTRACT AWARD NOTIFICATION Title

:

Group 40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

Award Number

:

4018-G

Contract Period

:

August 1, 1999 to July 31, 2000

Bid Opening Date

:

June 2, 1999

Date of Issue

:

September 21, 1999

Specification Reference:

Spec-799 dated April 27, 1999

Address Inquiries To: All State Agencies Name Title Phone Fax E-mail

: : : : :

Non-State Agencies

Beverly L. Moore Purchasing Officer I 518-474-3856 518-474-8676 [email protected]

Name Title Phone Fax E-mail

: : : : :

Judy Gibbons Purchase Coordinator 518-474-6717 518-474-2437 [email protected]

Description This contract provides medium & heavy-duty, trucks with various fire truck configurations having (both) pumper and tanker type vehicle classifications. They shall be used in hauling & fire fighting operations. PR # 10509-T

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

CONTRACT # CONTRACTOR & ADDRESS

TELEPHONE #

PC55317

800-235-3928 EXT. 5141 570-669-5141 Mr. Stan Ptaszkowski Fax No. 570-645-7007

KOVATCH MOBILE EQUIPMENT One Industrial Complex Nesquehoning, Pa 18240

AWARD

PAGE 2

FED.IDENT.# 232367607

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT. AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET THE DELIVERY TERMS OF THIS CONTRACT. PRODUCT WHICH DOES NOT COMPLY WITH THE SPECIFICATIONS OR IS OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP. FOR TAX FREE TRANSACTIONS UNDER THE INTERNAL REVENUE CODE, THE NEW YORK STATE REGISTRATION NUMBER IS 14740026K. NOTE TO AGENCY: The letters SB listed under the Contract Number indicate the contractor is a small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Womanowned Business Enterprise, respectively. NOTE TO ALL CONTRACT USERS: The terms and conditions of the solicitation which apply to the award appear at the end of this document. We strongly advise all contract users to familiarize themselves with all terms and conditions before issuing a purchase order. PRICE: Price includes all customs duties and charges and is net, F.O.B. destination any point in New York State as designated by the ordering agency including comprehensive training (see “TRAINING” clause), preproduction meeting and final inspection. Price also includes compliance to all NFPA & DOT (Federal & State) codes & regulations in effect at time of bid opening. The State will give consideration to price adjustments for any required code changes which become effective during the contract period. The awardee/s shall provide cost documentation for any bid offer component/s that will be replaced as soon as possible to the Procurement Services Group. Contractor shall submit cost documentation on the proposed new components as soon as possible following finalization of regulation/s. In addition, upon mutual agreement, delivery locations may be expanded per the “Extension of Use” clause.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT I - PUMPERS: Item 1.

Description

Truck (Fire), Pumper 1,000 gal. Commercial/Conventional Cowl 4-Door 5-Seat Truck’s Characteristics 123"cabaxle 228" wheelbase 382"Trk OAL, 114" Trk OAH unloaded 35,000# GVWR 138" BBC 12,000# FGAWR 23,000# RGAWR 12,000# F axle 23,000# R axle 12,000# F spring 23,500# R spring Wgt Distribution: 35% front 65% rear; Approx. Tank/s: 50 gal Fuel, 1000 gal Water (fire) Turning; angle 40°, diameter 35’ 8"; Frame rails: Alloy Steel (Heated Treated) 10.125"Hgt 3.062"Width.312" Thickness; Yield strength 110,000 psi; 18.32 Cu.in. Section Modulus; with inverted “L” Frame RBM: 2,015,000 in. lbs.; Engine size: 330HP @2200 rpm, 950 ft. lbs. @1200 rpm 8.7 liter 13.2 CFM air compressor; AirPressure Build-up: 65 psi within 30 sec Electrical: 270 amp alternator; (3) Batteries, 650CCA ea. @ 0°F with 540 min. reserve capacity; Front cab - Heater/Defroster 30,000 BTU/Hr., Air flow 280 cfm A/C 12,000 FBTU/Hr.(total rating); Automatic transmission, 5F, 1R speeds; 11 R 22.5(G)Tires (S) 6175#,/tire (D)5750#/tire; Wheel/s: Size 22.5x8.25, Capacity 7200#Ea; Portable Monitor 3" diameter

Make and Model of Fire Truck: International 4900 with #16196 Cab Apparatus Body Make & Model: KME Squareback Portable Monitor Make & Model: Elkhart Stinger #8297-25

(continued) 10509ta.doc/11la

AWARD

PAGE 3

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT I – ITEM 1 TRUCK (Fire), COMMERCIAL PUMPER: (Cont’d)

Item

Description

Unit Price

1A

Base Unit with HALE PUMP Class "A" type - 1,250 gpm @ 150 psi

$148,465.00/trk

Item 1A, Pump Make & Model: Hale QFLO 125 Pump’s Rated Discharge: @100% Capacity 1250 gpm @ 150 psi @ 70% Capacity 875 gpm @ 200 psi @ 50% Capacity 625 gpm @ 250 psi 1B

Base Unit with WATEROUS PUMP Class "A" type - 1,250 gpm @ 150 psi

$149,985.00/trk

Item 1B, Pump Make & Model: Waterous CMY 1250 Pump’s Rated Discharge: @100% Capacity 1250 gpm @ 150 psi @ 70% Capacity 875 gpm @ 200 psi @ 50% Capacity 625 gpm @ 250 psi 1C

Base Unit with DARLEY PUMP Class "A" type - 1,250 gpm @ 150 psi

$151,465.00/trk

Item 1C, Pump Make & Model: Darley LDM 1250 Pump’s Rated Discharge: @100% Capacity 1250 gpm @ 150 psi @ 70% Capacity 875 gpm @ 200 psi @ 50% Capacity 625 gpm @ 250 psi

(continued) 10509ta.doc/11la

AWARD

PAGE 4

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD

PAGE 5

LOT I, ITEM 1 TRUCK (Fire), COMMERCIAL PUMPER: (Cont’d) Front Tires Code; Make & Tread Design: Unisteel Goodyear G159/G159A Rear Tires Code; Make & Tread Design: Unisteel Goodyear G124 Wheel/s Make & Model: Budd DC #27/28DMA Transmission Make & Model: Allison MD3060P Crew Area A/C Make & Model: International Blend Air Battery Make & Model: Fleetrite Maintenance Free Alternator: Code; Make & Model: 270 amp Leece Neville 4864JB Air Compressor Make & Model: Bendix Tuflo 550 Diesel Engine Make & Model: International DT530E Engine (Compression)/Exhaust Brake Make & Model: Jacobs (exhaust) I-6 Engines Steering Gear: Code; Make & Model: 05PSA Sheppard M100 Pumper Water Tank Make & Model: UPF Poly IIE Rear Axle Make & Model: Spicer W230-S Front Axle Make & Model: International I-120SB Front Brakes; Size; Make & Model: 16.5x5 D Meritor Front Automatic slack adjusters Make & Model: Meritor Rear Brakes; Size, Make & Model: 16.5x7 D Meritor Rear Automatic slack adjusters Make & Model: Meritor Air-Brake System’s Total Capacity: 12 times combined chamber volume Anti-lock Braking System Make & Model: Bendix dual (FVWCS) Air dryer Make & Model: Bendix AD-9 Air Horns Make & Model: Grover Stuttertone A/C Refrigerant: Type: Make & Model: Hydrofluorocarbon HFC-134A Crew Cab Heater/Defroster Make & Model: International Circuit Breakers (Auto Reset) Make & Model: International #08579 Load Manager Make & Model: Class One “TSM” Chargicator Make & Model: Auto Charge D #091-66-12 Dash laser light w/rear shield Make & Model: Code 3 #662 Speaker-Electronic siren/PA unit Make & Model: Whelen #295HFS2/Whelen SA122FMP Officer's seat Make & Model: HD Bostrom Tanker 300 CT Crew seat Make & Model: HD Bostom Tanker 300 CT Driver's seat Make & Model: HD Bostrom 914 Wheel Chock Make & Model: Zico SAC-44 Ladder (2-section), 24ft Make & Model: Alco-Lite #PEL-24 Ladder (Roof), 14ft Make & Model: Alco-Lite #PAL-14 Ladder (Folding), 10 ft Make & Model: Alco-Lite #FL-10 Ladder Bracket (Sidewall Hold-Down) Make & Model: Cast Products #FT-40000-6 Pike Pole (six-foot), Make & Model: NUPLA T35-060 Pike Pole (eight-foot), Make & Model: NUPLA T35-080 Light (Deck-Type Spot), [Candle-Power; Make & Model]: NFPA CP; Unity 360º Light (Deck-Type Flood), [Candle-Power; Make & Model]: NFPA CP; Unity 360º Axe (Pike Head), Make & Model: Council C60P Axe (Flat Head), Make & Model: Council C60F Light & Charge Base (Portable Hand), Make & Model: Streamlight SL-45 CAB Fire Extinguisher (Dry Chemical), Make & Model: Amerex A417T Apparatus Body Extinguisher (Pressurized Water), Make & Model: Amerex 240 Apparatus Body Extinguisher (Dry Chemical), Make & Model: Ansul A-20-E Lighting (Exterior), Apparatus Body [List Type: Make & Model]: KME shall provide referenced Make & Model lighting units throughout the vehicle; or when specifically requested on a purchase order their standard “Code 3” lighting may be provided. Either at their quoted bid price. Apparatus Body Material/s: Aluminum 3/16” Aluminum 1/8” Tank (Haul Water): UFP Poly IIE; ½” thk, 1000 Gallons

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT I, ITEM 1 TRUCK (Fire), COMMERCIAL PUMPER: (Cont’d) Unit Price OPTIONS: (1) (1a)

Siren A Federal Q2B electric coaster siren

$1,600.00

Coaster Siren Mfr., Mdl.: Federal Q2B (1b)

One siren control foot

$ 150.00/trk

(1c)

One siren control foot switch (officer’s)

$ 150.00/trk

(1d)

Siren brake (officer’s side)

$ 150.00/trk

(1e)

Siren brake (driver’s side)

$ 150.00/trk

(2)

Central Lubrication pump,

$3,200.00/trk

Lubrication pump– Mfr., Mdl & capacity: Vogel, KFO-2-4 2.7 Liters (3)

Relief Valves

$ 769.00

(4)

Front Suction

$3,600.00/trk

(5)

Gauges (Heated) per gauge

$ 297.00

(6)

Auxiliary Suction Inlet

$ 524.00

(7)

Trash Line

$1,461.00

(continued) 10509ta.doc/11la

AWARD

PAGE 6

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD

LOT I, ITEM 1 TRUCK (Fire), COMMERCIAL PUMPER: (Cont’d) Unit Price

OPTIONS: (8) Flow Meter (8a) Flow Meter, 2 1/2" Line Size

$ 966.00

2 1/2" Flow Meter – Mfr., Mdl: Fire Research Model GF (8b)

Flow Meter, 4" Line Size

$ 966.00

4" Flow Meter – Mfr., Mdl: Fire Research Model GF (9)

Running Board Hose Troughs,

$ 544.00/trk

(10a)

Water Tank, 500 gallons ILO 1,000 gallons.

$(1,704.00)/trk Credit

Water Tank – Mfr., Mdl & Actual Capacity: UPF Poly II E 500 gallon (10b)

Water Tank, 750 gallons ILO 1,000

$ (867.00)/trk Credit

Water Tank – Mfg., Mdl & Actual Capacity: UPF Poly IIE 750 gallon (11)

Adjustable Aluminum Partition

$ 208.00

(12)

Back Stop

$ 750.00

(13)

Paint

(13a)

Two Tone

$ 570.00/trk

(13b)

Three Tone

$1,140.00/trk

(14)

Extend-a-Gun, TFT Model XG-18

$ 985.00

Extend-a-Gun – Mfr., & Mdl: TFT XG18VL-PL (15)

Compartments (Rescue) ILO

$6,737.00

Delivery: 120 Days A/R/O After Receipt of Commercial Chassis

(continued) 10509ta.doc/11la

PAGE 7

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT I - PUMPERS: (Cont’d) Item 2.

Description Truck (Fire), Pumper 1,000 gal., Custom/Tilt/ COE 4-Door 6-Seat Truck’s Characteristics 123.5"cabaxle 177" wheelbase 345"Trk OAL, 114" Trk OAH unloaded 40540# 130.5" BBC 16540# FGAWR 24000# RGAWR 16540# F axle 24000# R axle 18000# F spring 24000# R spring Wgt Distribution: NFPA% front NFPA% rear; Tank/s: 50 gal Fuel, 100 gal Water (fire) Turning; angle 37°,diameter 32’ 9"; Frame rails: Alloy Steel (Heat Treated) 10.25"Hgt 4"Width 3/8"Thickness; Yield strength 110,000 psi; 17.97 Cu.in. Section Modulus; Frame RBM: 1,976,600.00 in. lbs.; Engine size:350 HP @2100rpm, 1350 ft. lbs. @1200 rpm 10.8 liter 16.5 CFM air compressor; Air-Pressure Build-up: 65 psi within 30 sec Air System Tank, Total Capacity: 4,400cu. ft. Electrical: 270 amp alternator; (4) Batteries, 815 CCA ea. @ 0°F with 720 min. reserve capacity; Front cab - Heater/Defroster 32,900 BTU/Hr., Air flow 500 cfm Crew Cab – Heater/Defroster (each) 35,000 BTU/Hr., Air flow 600 cfm Dual A/C 65000 BTU/Hr.(total rating); A/C: 32500 F BTU/Hr., 32500 R BTU/Hr.; Automatic transmission, 5F, 1R speeds; #G-286, 315/80R 22.5(18)Tires (S) 8270#,/tire Wheel/s: Size 22.5 x 9.00, Capacity 8500#Ea; #G-286-STC, 12R22.5(16) @ 6750 #/tire Wheel/s Size: 22.5x8.25, Capacity 7500# Portable Monitor 3" diameter

Make and Model of Fire Truck: KME Renegade MFD Apparatus Body [Make & Model]: KME Squareback Portable Monitor Make Make & Model: Elkhart Stinger #8297-25

(continued) 10509ta.doc/11la

AWARD

PAGE 8

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT I, ITEM 2 TRUCK (Fire), CUSTOM PUMPER: (Cont’d)

Item 2A

Unit Price

Description Base Unit with HALE PUMP Class "A" type - 1,500 gpm @ 150 psi

$201,709.00/trk

Item 2A, Pump Make & Model: Hale QMAX 150 Pump’s Rated Discharge: @100% Capacity 1500 gpm @ 150 psi @ 70% Capacity 1500 gpm @ 200 psi @ 50% Capacity 1500 gpm @ 250 psi 2B

Base Unit with WATEROUS PUMP Class "A" type - 1,500 gpm @ 150 psi

$203,229.00/trk

Item 2B, Pump Make & Model: Waterous CSUY 1500 Pump’s Rated Discharge: @100% Capacity 1500 gpm @ 150 psi @ 70% Capacity 1500 gpm @ 200 psi @ 50% Capacity 1500 gpm @ 250 psi 2C

Base Unit with DARLEY PUMP Class "A" type - 1,500 gpm @ 150 psi

$204,709.00/trk

Item 2C, Pump Make & Model: Darley LDM 1500 Pump’s Rated Discharge: @100% Capacity 1500 gpm @ 150 psi @ 70% Capacity 1500 gpm @ 200 psi @ 50% Capacity 1500 gpm @ 250 psi

(continued) 10509ta.doc/11la

AWARD

PAGE 9

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT I, ITEM 2 TRUCK (Fire), CUSTOM PUMPER (Cont’d) Front Tires Code; Make & Tread Design: Unisteel Goodyear G-286 Rear Tires Code; Make & Tread Design: Unisteel Goodyear G-286STC Wheel/s Make & Model: DUBS Steel Disc Transmission Make & Model: Allison HD4060P Crew Area A/C Make & Model: SGM Battery Make & Model: Exide Group 31 Alternator: Code; Make & Model: 4864JB, Leece Neville 270 amp Air Compressor Make & Model: Bendix 16.5 CFM Diesel Engine Make & Model: Cummins ISM 350 Engine (Compression)/Exhaust Brake Make & Model: Jacobs Steering Gear: Code; Make & Model: Sheppard M110 Pumper Water Tank Make & Model: UPF Poly IIE Rear Axle Make & Model: Meritor RS-24-160 Front Axle Make & Model: Meritor FL-941 Front Brakes; Size; Make & Model: 16.5X6, Meritor S-CAM Front Automatic slack adjusters Make & Model: Meritor S-CAM Rear Brakes; Size, Make & Model: 16.5X7, Meritor SCAM Rear Automatic slack adjusters Make & Model: Meritor SCAM Air Brake System’s Total Capacity: 4,400 Cubic Inches Anti-lock Braking System Make & Model: Wabco Air dryer Make & Model: Bendix AD-9 Air Horns Make & Model: Grover Stuttertone A/C Refrigerant: Type: Make & Model: R-124A SGM Crew Cab Heater/Defroster Make & Model: SGM Chassis Cab Heater/Defroster Make & Model: SGM Circuit Breakers (Auto Reset) Make & Model: KME OEM Load Manager Make & Model: Class One TSM Chargicator Make & Model: Auto Charge D #091-66-12 Dash laser light w/rear shield Make & Model: Code 3 #660 Speaker-Electronic siren/PA unit Make & Model: Federal PA300MSC/BPF100 Officer’s seat Make & Model: Seats Inc #911 Concept 5CBA Crew seat Make & Model: Seats Inc #911 Concept 5CBA Driver’s seat Make & Model: KME Standard Wheel Chock Make & Model: Zico SAC-44 Ladder (2-section), 24ft Make & Model: Alco-Lite #PEL-24 Ladder (Roof), 14ft Make & Model: Alco-Lite #PAL-14 Ladder (Folding), 10 ft Make & Model: Alco-Lite #FL-10 Ladder Bracket (Sidewall Hold-Down) Make & Model: Cast Products #FT-40000-6 Pike Pole (six-foot), Make & Model: NUPLA T35-060 Pike Pole (eight-foot), Make & Model: NUPLA T35-080 Light (Deck-Type Spot), [Candle-Power; Make & Model]: NFPA CP; Unity 360º Light (Deck-Type Flood), [Candle-Power; Make & Model]: NFPA CP; Unity 360º

(continued) 10509ta.doc/11la

AWARD PAGE 10

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 11

LOT I, ITEM 2 TRUCK (Fire), CUSTOM PUMPER: (Cont’d) Axe (Pike Head), Make & Model: Council C60P Axe (Flat Head), Make & Model: Council C60F Light & Charge Base (Portable Hand), Make & Model: Streamlight SL-45 Cab Fire Extinguisher (Dry Chemical), Make & Model: Amerex A417T Apparatus Body Extinguisher (Pressurized Water), Make & Model: Amerex 240 Apparatus Body Extinguisher (Dry Chemical), Make & Model: Ansul A-20-E Lighting (Exterior), Apparatus Body [List Type: Make & Model]: KME shall provide referenced Make & Model Lighting units throughout the vehicle; or when specifically requested on a purchase order their standard “Federal Signal” lighting may be provided. Either at their contract price. Apparatus Body Construction: Aluminum 3/16” Aluminum 1/8” Tank (Haul Water): UFP Poly IIE; ½” 1,000 Gal. OPTIONS: (1) Siren (1a) A Federal Q2B electric coaster siren

Unit Price $1,600.00

Coaster Siren Mfr., Mdl.: Federal Q2B (1b)

One siren control foot switch (driver's)

$ 150.00/trk

(1c)

One siren control foot switch (officer's)

$ 150.00/trk

(1d)

Siren brake (officer’s side)

$ 150.00/trk

(1e)

Siren brake (driver’s side)

$ 150.00/trk

(2)

Central Lubrication pump

$3,200.00/trk

Lubrication pump– Mfr., Mdl & capacity: Vogel KFU-2-4 2.7 Liters (3)

Relief Valves

$ 769.00

(4)

Front Suction

$3,600.00/trk

(5)

Gauges (Heated), per gauge

$ 297.00

(6)

Auxiliary Suction Inlet

$ 524.00

(7)

Trash Line

$1,461.00

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 12

LOT I, ITEM 2 TRUCK (Fire), CUSTOM PUMPER: (Cont’d) Unit Price

OPTIONS: (8) Flow Meter (8a) Flow Meter, 2 1/2" Line Size

$ 966.00

2-1/2" Flow Meter – Mfr., Mdl: Fire Research Model BF (8b)

Flow Meter, 4" Line Size

$ 966.00

4" Flow Meter – Mfr., Mdl: Fire Research Model GF (9)

Running Board Hose Troughs

$ 554.00/trk

(10a)

Water Tank, 500 gallons ILO 1,000 gallons

$(1,704.00)/trk Credit

Water Tank – Mfr., Mdl & capacity: UPF Poly IIE 500 Gallons (10b)

Water Tank, 750 gallons ILO 1,000 gallons

$ (867.00)/trk Credit

Water Tank – Mfr., Mdl & capacity: UPF Poly IIE 750 Gallons (11)

Adjustable Aluminum Partition

$ 208.00

(12)

Back Stop

$ 750.00

(13)

Paint

(13a)

Two Tone

$ 570.00/trk

(13b)

Three Tone

$1,140.00/trk

(14)

Extend-a-Gun, TFT Model XG-18

$ 985.00

Extend-a-Gun – Mfr., & Mdl: TFT XG18VL-PL (15)

Compartments (Rescue) ILO

$6,737.00

(16)

Optional Engine (deduct)

$(1,400.00) Credit

Optional Diesel Engine; Make & Model: Detroit Diesel Series 40E 300HP 950#’ or Cummins ISC 300HP’ 950#’ Transmission with Opt. (16) Engine; Make & Model: Allison Model MD3060P Delivery: 220 Days A/R/O

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT II - TANKER: Item 3.

Description

Truck (Fire), Tanker 2,500 gal. Commercial/Conventional Cowl Tilt Hood, 2-Door 2-Passenger Truck’s Characteristics 150"cabaxle 214" wheelbase 377 "Trk OAL, 114" Trk OAH unloaded 56000# GVWR 112" BBC 16000# FGAWR 40,000# RGAWR 16,000# F axle 40,000# R axle 16,000# F spring 40,000# R spring Wgt Distribution: NFPA % front NFPA % rear; Tank/s: 63 gal Fuel, 2500 gal Water (fire) Turning; angle 40°,diameter 34’ 5"; Frame rails: Alloy Steel Material (Hose Treated) 10.813"Hgt 3.812"Width .312"Thickness x 2 (.624) Yield strength 110,000 psi; 31.10 Cu.in. Section Modulus; Frame RBM: 3,421,000 in. lbs.; Engine size: 400 HP @1100 rpm, 1450 ft. lbs. @1200 rpm 11 Liter 16.5 CFM air compressor; AirPressure Build-up: 65 psi within 30 sec Electrical: 270 amp alternator; (4) Batteries, 650 CCA ea. @ 0°F with 720 min. reserve capacity; Front cab - Heater/Defroster 30,000 BTU/Hr., Air flow 280 cfm Automatic transmission, 5 F, 1 R speeds; G291, 315/80 R 22.5(18)Tires (@) 8.270#,/tire (front) Wheel/s: Size 22.5 x 9.00, Capacity 8,500#Ea; G124, 11R22.5(16) @ 5,750#/tire(rear) Wheels: Size 22.5x8.25, Capacity 7,500 Ea.

Make and Model of Fire Truck: International 2674 Apparatus Body [Make & Model]: KME Tanker (Elliptical)

(continued) 10509ta.doc/11la

AWARD PAGE 13

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT II, ITEM 3 TRUCK (Fire), COMMERCIAL TANKER: (Cont’d)

Item 3A

Description Base Unit with HALE PUMP Class "A" type - 1,500 gpm @ 150 psi

Unit Price 15 Each

$162,840.00/trk

Item 3A, Pump Make & Model: Hale QMAX 150 Pump’s Rated Discharge: @100% Capacity 1500 gpm @ 150 psi @ 70% Capacity 1500 gpm @ 200 psi @ 50% Capacity 1500 gpm @ 250 psi 3B

Base Unit with WATEROUS PUMP Class "A" type - 1,500 gpm @ 150 psi

$164,360.00/trk

Item 3B, Pump Make & Model: Waterous CSUY 1500 Pump’s Rated Discharge: @100% Capacity 1500 gpm @ 150 psi @ 70% Capacity 1500 gpm @ 200 psi @ 50% Capacity 1500 gpm @ 250 psi 3C

Base Unit with DARLEY PUMP Class "A" type - 1,500 gpm @ 150 psi

$165,840.00/trk

Item 3C, Pump Make & Model: Darley LDM 1500 Pump’s Rated Discharge: @100% Capacity 1500 gpm @ 150 psi @ 70% Capacity 1500 gpm @ 200 psi @ 50% Capacity 1500 gpm @ 250 psi

(continued) 10509ta.doc/11la

AWARD PAGE 14

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 15

LOT II, ITEM 3 TRUCK (Fire), COMMERCIAL TANKER: (Cont’d) Front Tires Code; Make & Tread Design: Unisteel Goodyear G-291 Rear Tires Code; Make & Tread Design: Unisteel Goodyear G-124 Wheel/s Make & Model: DUBS Transmission Make & Model: Allison HD4060P Battery Make & Model: Fleetrite Maintenance Free Alternator: Code; Make & Model: 4864JB, Leece Neville 270 amp Air Compressor Make & Model: Bendix TU-Flo 750 Diesel Engine Make & Model: Cummins ISM400 Engine (Compression)/Exhaust Brake Make & Model Jacobs Model 411 Steering Gear: Code; Make & Model: O5PTA, Sheppard M90/M80 Tanker Water Tank Make & Model: UPF Poly II E Rear Axle Make & Model: Meritor RT-40-145 Front Axle Make & Model: Meritor FL-941 Front Brakes; Size; Make & Model: 16.5x6.0 Meritor SCAM Front Automatic slack adjusters Make & Model: Meritor Rear Brakes; Size, Make & Model: 16.5x7.0 Meritor SCAM Air Brake System’s Total Capacity: 12 Times Combined Chamber Volume Rear Automatic slack adjusters Make & Model: Meritor Anti-lock Braking System Make & Model: Bendix Air dryer Make & Model: Bendix AD-9 Air Horns Make & Model: Grover Stuttertone Chassis Cab Heater/Defroster Make & Model: International Circuit Breakers (Auto Reset) Make & Model: International SEO Load Manager Make & Model: Class One ISM Chargicator Make & Model: Auto Charge D #091-66-12 Dash laser light w/rear shield Make & Model: Code 3 #660 Speaker-Electronic siren/PA unit Make & Model: Code #3962/Code 3 #FM100C Officer’s seat Make & Model: International 2 Man Bench Driver’s seat Make & Model: National Cush-n-aire #295 Wheel Chock Make & Model: Zico SAC44 Light (Deck-Type Spot), [Candle-Power; Make & Model]: NFPA CP; Unity Light (Deck-Type Flood), [Candle-Power; Make & Model]: NFPA CP; Unity Axe (Pike Head), Make & Model: Council C60P Axe (Flat Head), Make & Model: Council C60F Light & Charge Base (Portable Hand), Make & Model: Streamlight SL-45 Cab Fire Extinguisher (Dry Chemical), Make & Model: Amerex A417T Apparatus Body Extinguisher (Pressurized Water), Make & Model: Amerex 240 Apparatus Body Extinguisher (Dry Chemical), Make & Model: Ansul A-20E Lighting (Exterior), Apparatus Body [List Type: Make & Model]: KME shall provide referenced Make & Model Lighting units throughout the vehicle; or when specifically requested on a purchase order their standard “Code 3” lighting may be provided. Either at their contract price. Apparatus Body Material/s: Aluminum 3/16” Aluminum 1/8” Tank (Haul Water): Poly IIE ½” 2500 Gal. Tank (Liner/Outer Skin) 22 Gauge #8 & 18 Gauge #8

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT II, ITEM 3 TRUCK (Fire), COMMERCIAL TANKER: (Cont’d) Unit Price OPTIONS: (1) (1a)

Siren A Federal Q2B electric coaster siren

$1,600.00

Coaster Siren Mfr., Mdl.: Federal Q2B (1b)

One siren control foot switch (driver’s)

$ 150.00/trk

(1c)

One siren control foot switch (officer’s)

$ 150.00/trk

(1d)

Siren brake (officer’s side)

$ 150.00/trk

(1e)

Siren brake (driver’s side)

$ 150.000/trk

(2)

Central Lubrication pump

$3,200.00/trk

Lubrication pump– Mfr., Mdl & capacity: Vogel KFU-2-4 2.7 Liters (3)

Relief Valves

$ 769.00

(4)

Front Suction

$3,600.00/trk

(5)

Gauges (Heated) per gauge

$ 297.00

(6)

Auxiliary Suction Inlet

$ 524.00

(7)

Trash Line

$1,461.00

(continued) 10509ta.doc/11la

AWARD PAGE 16

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

LOT II, ITEM 3 TRUCK (Fire), COMMERCIAL TANKER: (Cont’d) Unit Price OPTIONS: (8) (8a)

Flow Meter Flow Meter, 2 1/2" Line Size

$ 966.00

2 1/2" Flow Meter – Mfr., Mdl: Fire Research Model GF (8b)

Flow Meter, 4" Line Size

$ 966.00

4" Flow Meter – Mfr., Mdl: Fire Research Model GF (9)

Running Board Hose Troughs

$ 554.00/trk

(12)

Back Stop

$ 750.00

(13) (13a)

Paint. Two Tone

$ 570.00/trk

(13b)

Three Tone

$1,140.00/trk

Delivery: 120 Days A/R/O After Receipt of Commercial Chassis

(continued) 10509ta.doc/11la

AWARD PAGE 17

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 18

REQUEST FOR CHANGE: Any request by the agency or contractor regarding changes in any part of the contract must be made in writing to the Office of General Services, Procurement Services Group, prior to effectuation. CONTRACT PAYMENTS: Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition. Payment will be based on any invoice used in the supplier’s normal course of business. However, such invoice must contain sufficient data including but not limited to Contract No., description of product, quantity, unit and price per unit as well as Federal Identification Number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate, they are required to make payments directly to the contractor. Prior to processing such payment the contractor may be required to complete the ordering non-State agency’s own voucher form. NOTE TO AGENCY: When placing purchase orders against the contract(s) please forward the "Standards and Purchase Copy" of the purchase order to: Senior Mechanical Inspector - OGS Procurement Services Group, 37th Floor Tower Bldg., Empire State Plaza - Albany, NY 12242. NOTE TO CONTRACTOR: In the event a specified manufacturer’s product listed in the Contract Award Notification becomes unavailable or cannot be supplied to the State by the contractor for any reason (except as provided for in the “Force Majeure” clause in Appendix B, OGS General Specification) a product deemed by the Office of General Services to be equal to or better than the specified product must be substituted by the contractor at no additional cost or expense to the State. BIDDER’S PROTEST POLICY: It is the policy of the Office of General Services’ Procurement Services Group (PSG) to provide all bidders with an opportunity to administratively resolve complaints or inquiries related to bid solicitations or pending contract awards. PSG encourages bidders to seek resolution of complaints concerning the contract award process through consultation with the program. All such matters will be accorded impartial and timely consideration. Bidders may also file formal written protests. A copy of PSG’s Procedures for Handling of Bidding Protests, Appeals and Remedies may be obtained by contacting the person shown on the front of this Contract Award Notification. EXTENSION OF PRICES: Political subdivisions and others authorized by law may participate in contracts resulting from this bid opening. These include, but are not limited to local governments, public school and fire districts and certain nonpublic/nonprofit organizations. See “Participation in Centralized Contracts” in Appendix B, OGS General Specifications. Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 19

EXTENSION OF USE: Any contract resulting from this bid solicitation may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extensions. DELIVERY: Delivery is expressed in number of calendar days required to make delivery after receipt of a purchase order. Product is required as soon as possible. Delivery shall be made in accordance with instructions on Purchase Order from each agency. If there is a discrepancy between the purchase order and what is listed on the contract, it is the contractor’s obligation to seek clarification from the ordering agency and, if applicable, from the Office of General Services, Procurement Services Group. Delivery shall be made by the manufacturer’s representative, who shall employ a factory trained and/or certified Field Service Technician who shall drive the truck to the in-service location. DELIVERY CONDITION: Vehicles must be delivered strictly in accordance with specifications and purchase order. If delivered with deviations or improper servicing, the contractor must arrange to have the necessary work done within 96 hours (exclusive of Saturdays, Sundays, and Holidays) after receipt of written notification from the Office of General Services. Otherwise, the State may have the corrections made at the contractor’s expense. Actual delivery must be coordinated with the purchaser and deliveries shall be made during normal working hours. The contractor shall secure a signed receipt from the purchaser’s authorized personnel at the point of delivery certifying the delivery of the following items for each unit as specified hereinafter: Airhose, axes, ladders, poles, portable lights, portable monitor, suction hoses, reflective kit; fire extinguisher; and any other equipment not fixed to the truck. The agency/purchaser shall note any shortages and report same to Office of General Services, Procurement Services Group, using standard form PROC. 111. In the event deficiencies are later noted and a properly signed receipt is not available, contractor shall be responsible. QUANTITIES: See “Estimated Quantity Contracts” and “Participation in Centralized Contracts” in Appendix B, OGS General Specifications. CONTRACT PERIOD: Prices are firm for the entire period of the contract. Price escalation will not be allowed and is specifically excluded from the terms and conditions of the Invitation for Bid, its specifications and subsequent contract award. If mutually agreed between the Procurement Services Group and the contractor, the contract may be extended under the same terms and conditions for an additional period not to exceed twelve months.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 20

WARRANTIES AND GUARANTEES: The truck and truck components manufacturer’s standard warranty shall apply for 12 months or 12,000 miles, whichever is greater. The truck and truck components manufacturers’ normal extended warranty shall apply for 24 months or 100,000 miles, whichever occurs first. The extended engine warranty shall apply for five (5) years or 100,000 miles, whichever occurs first from the in-service date (excludes items such as filter elements, belts, hoses, lubricants, etc.). A copy of the terms and conditions of the warranties shall be submitted with the bid. In addition to the truck manufacturer’s standard and extended warranty, the contractor shall guarantee all other items of equipment including the pumps, valves, body, hydraulics (when incorporated), etc., against faulty material and workmanship for a period of one (1) year. Replacement of faulty units, assemblies or parts shall be made by the contractor within the length of time as specified under “Delivery Conditions” at no cost to the Purchaser. Warranty periods shall commence on the date of final delivery and acceptance by the agency. The manufacturers of the cab-chassis and the equipment offered shall provide, or make available to the using agency, a listing of acceptable lubrication and cooling system products other than the equipment manufacturer’s own brand, which may be used without voiding warranties. The manufacturer’s guarantee if for a longer period than any of the above listed guarantee shall prevail. The following warranties and warranty periods shall also apply. a. b. c. d. e. f.

Transmission Fire Pump Water Tank Apparatus Body Paint Letters/Numbers & Distance Decals

Five Years Parts and Labor or 100,000 miles Two Years Lifetime Ten Years Two Years Three Years

This warranty shall not apply to: a.

Normal maintenance services or adjustments.

b.

Any vehicle which shall have been repaired or altered outside of the manufacturer’s factory in any way so as, in the manufacturer’s judgement, to affect its stability, nor which has been subject to misuse, negligence, or accident, not to any vehicle made by the manufacturer which shall have been operated at a speed exceeding the manufacturer’s rated speed, or loaded beyond the manufacturer’s rated capacity.

c.

Associated equipment furnished with the chassis, signaling devices, generators, batteries, or other trade accessories, in as much as they are warranted separately by their respective manufacturers.

This warranty shall be in lieu of all other warranties, expressed or implied, all other representations to the original Purchaser, and all other obligations or liabilities, including liability for incidental or consequential damage on the part of the Bidder. The Purchaser shall neither assume any other warranty or liability on the Bidder’s behalf unless made or assumed in writing by the Bidder.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 21

INSTRUCTION MANUALS: Bound manuals (specifically prepared for the truck and its furnished equipment) shall be provided as follows with each truck: The two complete sets of manuals (for each truck) shall be delivered (with each truck) at the same time the truck is delivered. Any shipments of manuals after truck delivery, must be shipped directly to the end user’s site for each individual truck. Driver's/operator's manuals covering operation of the truck chassis, and equipment components (i.e., cab/cowl, apparatus body, engine, transmission, axles, fuel systems, electrical systems, braking system, tank valving, fire pump & its control panel/s, pump shift mechanism, pump transmission, manifold system and any other significant equipment or options) shall be provided. Service/overhaul manual including sections covering trouble shooting, maintenance major and minor service and complete overhaul of all chassis and equipment components: i.e.; cab/cowl, apparatus body, engine, transmission, axles, fuel systems, electrical systems, braking system, tank valving, fire pump & its control panel/s, pump shift mechanism, manifold system and any other significant equipment or options. Hydraulic and electrical schematics shall be color keyed and a complete lubrication chart(s) shall be included. A parts manual for the chassis and all equipment furnished, including a complete listing and exploded views of all components; (i.e., including (but not limited to) those specifically listed in the previous two paragraphs). Computer CD/s in lieu of fiche media, may be an suitable alternative. Coordinate use/acceptability of CD media with user. PRE-PRODUCTION MEETING: A pre-production meeting shall be conducted prior to any metal being cut. All purchaser’s travel, meal and lodging expense (if at other than the purchaser’s site) shall be the responsibility of the Purchaser. See "Purchase Order Drawings" section hereinafter for additional detail. ENGINEERING DRAWINGS (As Required After Bid Opening): A scale drawing of the proposed apparatus shall be submitted prior to pre-production meeting with purchaser. The scaled drawing submitted shall include the following: A. B. C. D.

Overall height to top from ground (unloaded). Sizes of all compartments, width, height, and depth. Overhand front and rear. Wheelbase, overall length, and overall width of apparatus.

Drawing must show, but not be limited to, such items as the chassis being utilized, lights, horns, sirens, pump panels, all compartment locations and dimensions, etc. In actuality, this blueprint shall be a visual interpretation of the unit as it is to be supplied. Purchase Order Drawings: Shall include all purchase specific details as identified in the previous subsection and the following: A scale production blueprint must be approved by the Purchaser prior to any metal being sheared or cut for the unit. The Purchaser, the Manufacturer’s Representative and the Apparatus Manufacturer shall each have a copy of the blueprint. This blueprint shall then become a part of the total contract.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 22

REPORT OF CONTRACT PURCHASES: Contractor shall furnish report of purchases made from contract the fifteenth of the month following the end of each contract quarter. The reports shall be in the following format: No. of Item, SubItem, or Option

Product Description

Total Quantity Shipped

Ex. 1

(Size, Stock No., etc.)

Ex. (1)

(Size, Stock No., etc.)

(To be in Units listed in the Invitation for Bids) (To be in Units listed in the Invitation for Bids) (To be in Units not listed in the Invitation for Bids)

OEM MSRP Discounted Items Ex. 2 Ex. (1) OEM MSRP Discounted Items

(List Numbers for top $ volumes, list top 40%) (Size, Stock No., etc.) (Size, Stock No., etc.) (List Numbers for top $ volumes, list top 40%)

Grand Total $ Value

State Agency Total $

(To be in Units listed in the Invitation for Bids) (To be in Units listed in the Invitation for Bids) (To be in Units not listed in the Invitation for Bids)

The report is to be submitted to the Office of General Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NY 12242, to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the commodity group number, the Invitation for Bids number, contract number, sales period, and contractor’s name. Failure to submit the required report may be cause for disqualification of contractor for future contracts. IMPORTANT NOTICE TO BIDDERS/RESULTANT CONTRACTORS AND STATE AGENCIES "OGS OR LESS" GUIDELINES APPLY TO THIS CONTRACT: Purchases of the product(s) included in the Invitation For Bids and related Notice of Contract Award are subject to the "OGS or Less" provisions of Section 163.3.a.v., Article XI, of the New York State Finance Law. This means that State agencies can purchase product(s) from sources other than the contractor provided that such product(s) are substantially similar in function, form or utility to the product(s) herein and are: 1. 2.

lower in price -and/oravailable under terms which are more economically efficient to the State agency (e.g. delivery terms, warranty terms, etc.).

Agencies are reminded that they must provide the State contractor an opportunity to match the noncontract savings at least two business days prior to purchase. In addition, purchases made under "OGS or Less" flexibility must meet all requirements of law including, but not limited to, advertising in the New York State Contract Reporter, prior approval of the Comptroller’s Office (currently for transactions in excess of $10,000) and competitive bidding of requirements exceeding the discretionary bid limit (currently at $15,000). State agencies should refer to CL-135 dated October 7, 1994 for complete procedural and reporting requirements under the "OGS or Less" Guidelines.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 23

PAYMENT (SATISFACTION): State Agencies that submit vouchers to the NYS State Comptroller for payment shall do so as soon as possible, in accordance with the previous "PAYMENT" section requirements. All other entities, Non-State Agencies, including but not limited to political subdivisions, public authorities, public benefit corporations and certain other entities set forth in NYS law, shall pay COD upon completion of three day training period and final acceptance of the completed vehicle. Except as permitted by the previous "PAYMENT" section requirements. PMI/DELIVERY INSPECTIONS: (Cab/Chassis & Completed Vehicle Pilot Model Inspection/s) During the cab/chassis &/or completed vehicle inspection/s, the vehicle shall be checked to verify that it has dedicated circuits with circuit breakers in the chassis or master switch panel/s and that their power is disconnected when their individual circuit breaker if OFF and when the truck’s "Master Switch" is in the OFF position. These dedicated individual circuits shall include, but not be limited to, wiring to the revolving lights, all apparatus body lights, area lights, flood- &/or spot- lights, auxiliary receptacles & their power supply, etc. At the purchaser’s discretion, a Pilot Model or pre-delivery inspection may be held (at the OEM’s plant) to ensure compliance to the specification & satisfaction of purchaser’s needs. All purchaser’s travel, meal and lodging expense (if at other than the purchaser’s site) shall be the responsibility of the Purchaser. TRUCK INSPECTION TRIP/S: The item indicated in the Invitation for Bids will be inspected in two (2) stages as follows: All purchaser’s travel, meal and lodging expense (if at other than the purchaser’s site) shall be the responsibility of the Purchaser. (1)

Inspection of the cab chassis, at the chassis manufacturer’s plant (when provided by a subcontractor, separate manufacturer).

(2)

Inspection of the completed truck with body pumps, valves, all specified/ordered components installed, at the body installer’s plant.

The cab-chassis (when provided by a subcontractor, separate manufacturer) presented at the second stage of inspection shall be the same unit approved at the first stage. The contractor must have written approval from the purchaser for each stage before proceeding with further production. The unit/s delivered under this contract shall conform to the approved model/unit viewed at the truck inspection trip. Trucks must be fully prepared for inspection in accordance with these specifications and any changes stated in the purchase order. Cost of subsequent inspections required because completed truck (the last stage inspection trip) had not been properly prepared for inspection may be charged to the contractor. The cost of the subsequent truck inspection trip/s shall be reimbursed to the purchaser’s personnel via usual State/Municipal Law guidelines and then billed back to the contractor by the purchaser’s authorized department. CERTIFICATION: The contractor certifies and warrants all major components are compatible with each other, and are approved for the application, by both the component manufacturer and the chassis manufacturer, for the intended use as stated in the specification. The contractor acknowledges that the State will rely upon the expertise, skill and judgment of the contractor furnishing suitable trucks which will perform satisfactorily for all intended uses as described hereinafter.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 24

TRAINING: Training shall be performed by a factory trained and/or certified Field Service Technician for at least three (3) days (with a minimum 24 hours of actual training) to train the members of the ordering agency in the use and maintenance of the vehicle. PERFORMANCE TESTS AND REQUIREMENTS: The road and pumping tests required are those specified NFPA Standard 1901 (Chapter 9) and shall be conducted at the time of delivery to the Purchaser in the presence of the accepting authority. Tested apparatus must have a brake system which complies in all respects with the legal requirements of the Motor Vehicle Law of the State of New York applicable to vehicles in similar weight class. The contractor, at his expense, shall have Underwriters Laboratories, Inc. conduct the tests required under "Certification of Fire Department Pumper"/"Pumping System", (if applicable) latest version. A certificate of compliance with these tests shall be forwarded to the Purchaser. In the event the apparatus fails to meet the test requirements on the first trials, second trials may be made at the option of the contractor within thirty (30) days of the date of the first trials. Such trials shall be final and conclusive, and failure to comply with these requirements a second time may be cause for rejection of the apparatus. Failure to comply with changes as the Purchaser may consider necessary to conform to any clause to the specification within 30 days after notice is given to the contractor of such changes may be cause for the rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the Purchaser during the above specified period, with the permission of the contractor and purchaser, shall not constitute acceptance by the purchaser. Insurance covering loss, theft, or liability shall remain the responsibility of the contractor until formal acceptance is completed. PUMP TESTING One (1) certification test shall be performed at the manufacturers on site testing facility by Underwriters Laboratories. The certification shall include at minimum, the pumping test (NFPA 11-2), the pumping overload test (NFPA 11-3), the pressure control device test (NFPA 11-4), the priming device test (NFPA 11-5), the vacuum test (NFPA 11-6) and the water tank to pump flow test (NFPA 11-7). A test plate shall be provided at the pump operator’s position that gives the rated discharge and pressures together with the speed of the engine as determined by the certification test. The plate shall be completely engraved with all information at the factory and attached to the vehicle prior to delivery. The original U.L. Certificate shall be provided upon acceptance and payment of the apparatus in full. See "Acronyms" section for additional detail relative to (UL) service references. ACCEPTANCE: Acceptance of the delivered apparatus and equipment will be made at the completion of all required tests and the receipt of all specified equipment. Equipment items not delivered at the time of the tests or construction not in conformance with the contractor’s proposal will be cause for the accepting authority to withhold payment for those items found unsatisfactory or not delivered. A pump test equal to the requirements of the annual service test specified in NFPA 1911 (Chapter 3) will be performed at the time of delivery. The apparatus must pass all the specified requirements to be considered acceptable.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 25

ACRONYMS AND DEFINITIONS ACRONYMS ABS is the acronym for an Anti-lock Braking System. ANSI is the acronym for the American National Standards Institute. BBC is the acronym for Bumper (front) to Back of Cab dimension. BTUH is the acronym for per British Thermal Unit Hour. COE is the acronym for a Cab Over Engine truck configuration. CG is the acronym for Center of Gracity. DOT is the acronym for the Department Of Transportation (Federal, State or Local). FAMA is the acronym for the Fire Apparatus Manufacturers Association. FMVSS is the acronym for the Federal Motor Vehicle Safety Standard. FVWCS is the acronym for “Full Vehicle Wheel Control System”. GAWR is the acronym for Gross Axle Weight Rating, prefix “F” or “R”/”RR” indicates Front, Rear & Rear-Rear axle/s. GVWR is the acronym for Gross Vehicle Weight Rating. ICC is the acronym for the Interstate Commerce Commission. ILO is the acronym for In Lieu Of. NFPA is the acronym the National Fire Protection Association. OEM is the acronym for the Original Equipment Manufacturer (Chassis-Cab mfr., Body mfr., Component mfr., etc.). PMI is the acronym for Pilot Model Inspections. PTO is the acronym for a Power Take-Off assembly/device, “provisions for”, etc. RBM is the acronym for Resisting Bending Moment measured in inch-pounds SAE is the acronym for the Society of Automotive Engineers. S/S is the acronym for the Stainless steel or aluminum. U/L is the acronym for the Underwriters' Laboratories, Inc.

(continued) 10509ta.doc/11la

GROUP

40501 – TRUCKS (Fire), TANKER & CLASS A PUMPERS (Commercial & Custom Chassis) (Statewide)

AWARD PAGE 26

State of New York Office of General Services PROCUREMENT SERVICES GROUP Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.:

Contractor.

Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including printing), services and/or technology. The term “Product” includes Licensed Software. Excellent

Good

Acceptable

Unacceptable

Excellent

Good

Acceptable

Unacceptable

• Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR

• • • • •

Timeliness of delivery Completeness of order (fill rate) Responsiveness to inquiries Employee courtesy Problem resolution

Comments:

(over)

Agency:

Prepared by:

Address:

Title: Date: Phone: E-mail:

Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to: OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711 Corning 2nd Tower - Empire State Plaza Albany, New York 12242 * * * * *

(continued) 10509ta.doc/11la