Home
        Documents - Washington County
         Contents
1.         KNOW ALL MEN BY THESE PRESENTS  that we           Here insert full name and address or legal title of Contractor  including zip code     hereinafter called the Principal and           Here insert full name and address or legal title of Surety  including zip code     a corporation organized and existing under the laws of the State of   and  authorized to transact business in the State of Maryland  hereinafter called the Surety  are held and  firmly bound unto the Board of County Commissioners of Washington County  Maryland  a body  corporate and politic  hereinafter called the County  for the use and benefit of claimants as hereinafter  defined  in the Penal Sum of Dollars       lawful money  for the payment of which Penal Sum we bind ourselves  our heirs   executors  administrators  personal representatives  successors  and assigns  jointly and severally   firmly by these presents           WHEREAS  the Principal has entered into or will enter into a contract with the County  for the  ARFF TRUCK PROCUREMENT at the Hagerstown Regional Airport   Richard A  Henson Field in  Washington County  Maryland  The contract and all items incorporated into the contract  together with  any and all changes  extensions of time  alterations  modifications  or additions to the contract or to the  equipment to be procured thereunder or to the Specifications  and Special Provisions  or any of them   or to any other items incorporated into the contract shall hereinafter be referred to as 
2.     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 7             Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       3 1 6 4    Cornering stability  The fully loaded vehicle will be stable in  accordance with NFPA 414 when tested in accordance with NFPA  414        Remarks   Exceptions          3 2    Weights and dimensions        3 2 1    Overall dimensions  The maximum dimensions listed below are  desirable to ensure vehicles can be accommodated in existing fire  stations  Likewise  the overall dimensions should be held to a  minimun that is consistent with the best operational performance of  the vehicle and the design concepts needed to achieve this  performance and to provide maximum maneuverability in  accordance with NFPA 414        Vehicle Capacity 1500   Dimensions Gallon    Length  inches cm  433 1100  Width  inches cm  excluding mirrors  124 315  Height  inches cm  154 391    NOTE  For Airport Operator Validation  Consult AC 150 52 10 15   Aircraft Rescue and Fire Fighting Station Building Design   Appendix A  to ensure vehicles measurements do not exceed existing  fire station dimensions        VEHICLE MEASUREMENT VALIDATION    Not applicable                    ADO FAA Approval              3 2 2    Angles of approach and departure  The fully loaded vehicle will  have angles of approach and departure of not less than 30             3 2 3          Field of vision  
3.    Dissimilar Metals  will not be in contact with each other  Metal  plating or metal spraying of dissimilar base metals to provide  electromotively compatible abutting surfaces is acceptable  The use  of dissimilar metals separated by suitable insulating material is  permitted  except in systems where bridging of insulation materials  by an electrically conductive fluid can occur           3 1 2 3          Protection against deterioration  Materials that deteriorate when  exposed to sunlight  weather  or operational conditions normally  encountered during service will not be used or will have a means of  protection against such deterioration that does not prevent  compliance with performance requirements  Protective coatings that  chip  crack  or scale with age or extremes of climatic conditions or  when exposed to heat will not be used           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 5    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 1 2 4    Reflective stripes  A minimum eight  8  inch horizontal band of  high gloss white paint or white reflective tape  Retroreflective   ASTM D 4956 09  Standard Specification for Retroreflective  Sheeting for Traffic Control  TYPE III  amp  above  must be applied  around the vehicle s surface           3 1 2 5    Lettering  The manufacturer will apply the 
4.    Procurement of ARFF Vehicle  PUR 1189  Section II Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 28       5  PRODUCT CONFORMANCE PROVISIONS  Remarks   Exceptions    Classification of inspections  The inspection requirements specified  herein are classified as follows        a  Performance inspection  see 5 2    b  Conformance inspection  see 5 3      Performance inspection  The vehicle will be subjected to the  examinations and tests described in 5 6 3 1 through 5 6 3 5  if  applicable   The contractor will provide or arrange for all test  equipment  personnel  schedule  and facilities        Conformance inspection  The vehicle will be subjected to the  examinations and tests described in 5 6 3 1 through 5 6 3 5  if  applicable   The contractor will provide or arrange for all test  equipment  personnel  and facilities     a  m  a  5 4 Product_conformance  The products provided will meet the   performance characteristics of this PS  conform to the producer s   own drawings  specifications  standards  and quality assurance   practices  and be the same product offered for sale in the   commercial marketplace  The purchaser reserves the right to require   proof of such conformance   S   SS          Technical proposal  The offeror contractor will provide an itemized  technical proposal that describes how the proposed model complies  with each characteristic of this PS  a paragraph by paragraph  response t
5.   its employees  any segregated facilities at any of its establishments and that it does not permit  employees to perform services where segregated facilities are maintained  The federally assisted  construction contractor certifies further that it will not maintain or provide  for its employees   segregated facilities at any of its establishments  and that it will not permit its employees to perform  services at any location  under its control  where segregated facilities are maintained  The federally  assisted construction contractor agrees that a breach of this certification is a violation of the equal  opportunity clause in this contract  As used in this certification  the term  segregated facilities  means  any waiting rooms  work areas  restrooms and washrooms  restaurants and other eating area  time  clocks  locker rooms and other storage or dressing areas  parking lots  drinking fountains  recreation or  entertainment areas  transportation and housing facilities pro vided for employees which are  segregated by explicit directives or are in fact segregated on the basis of race  color  religion  or  national origin because of habit  local custom  or any other reason  The federally assisted construction  contractor agrees that  except where he has obtained identical certifications from proposed  subcontractors for specific time periods  he will obtain identical certifications from proposed  subcontractors prior to the award of subcontracts exceeding  10 000 which are not
6.   under any condition  except as allowed  herein     5 6 2 Test rejection criteria  Throughout all tests specified herein  the dl  c  Structural failure of any component  including permanent  deformation  or evidence of impending failure   d  Evidence of excessive wear   ad  e  Interference between the vehicle components or between the  vehicle  the ground  and all required obstacles  with the exception of  normal contact by the tires   f  Misalignment of components   a    Le    g  Evidence of undesirable roadability characteristics  including  instability in handling during cornering  braking  and while  traversing all required terrain     h  Conditions that present a safety hazard to personnel during  operation  servicing  or maintenance     i  Overheating of the engine  transmission  or any other vehicle  component     J  Evidence of corrosion   k  Failure of the fire fighting system and sub systems   Detailed inspection requirements        Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 30       5  PRODUCT CONFORMANCE PROVISIONS  Remarks   Exceptions    Examination of product  All component manufacturers     certifications  as well as the prototype and production operational  vehicle testing outlined in Table 1  will be examined to verify  compliance with the requirements herein  Attention will be given to  materials  workmanship  dimensions  surface
7.  Complementary Agent Handline Flow Rate and  Range    6 3 33  Dry Chemical Turret Flow Rate and Range   6 3 34  Cab Interior Noise Test    6  PACKAGING  Remarks   Exceptions    Preservation  packing  and marking will be as specified in the  Procurement Specification  contract or delivery order     The vehicle must be delivered with full operational quantities of  lubricants  brake and hydraulic fluids  and cooling system fluid all  of which must be suitable for use in the temperature range expected  at the airport     Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048                                                                                                          TS 32    6  PACKAGING  Remarks   Exceptions    6 3 The vehicle must be delivered with one complete load of  firefighting agents and propellants  One complete load is defined as  all of the agents and propellants necessary for the vehicle to be fully  operational  One load would include  at a minimum  one fill of a  foam tank  one fill of a dry chemical tank  if applicable   one fill of  a halogenated tank  if applicable   one spare nitrogen cylinder for a  dry chemical system  if applicable   and one spare argon cylinder  for a halogenated system  if applicable   Agents and propellants for  required testing or training are not included  For the initial training  period  water should be used in pl
8.  February 25  2013  Requests received after the specified  date time may not be considered  All such decisions will be considered final and  not subject to further recourse     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 6    12     13     14     15     16     PRE BID CONFERENCE  As described in the Invitation to Bid  a Pre Bid  Conference will be held on Monday  February 18  2013 at 10 00 A M  in the  Airport Conference Room located at 18434 Showalter Road  Hagerstown   Maryland with all interested parties  This will be an informal question and answer  type meeting  Attendance at this conference will not be mandatory but it is  strongly encouraged for those Contractors wishing to submit bids     OPENING  Proposals will be opened as announced in the Invitation to Bid     TIME OF COMPLETION  By submission of proposal  the Bidder agrees to  commence work under this contract upon receipt of the Notice to Proceed   prosecute the work diligently and substantially complete the project within two  hundred seventy  270  consecutive calendar days     LIQUIDATED DAMAGES     A  Overall Duration  Should the Contractor fail to complete the work within the  allotted two hundred seventy  270  consecutive calendar days  the Owner will  assess liquidated damages in the amount of five hundred   500 00  for  incidental costs incurred by the Owner for each consecutive calendar day of 
9.  Foam or water selection      Water and foam tank liquid level indicators  located adjacent to  the water and foam tank fills     The structural fire fighting capability will also require installation of  the following items     g  An adjustable pump pressure using either an electronic pressure  governor or manual control with a relief valve will be provided     a  A priming pump and control  for drafting using the large intake  connection      b  Water tank isolation valve     c  Discharge connections  Two 24 inch discharge connections with  male National Hose threads will be provided  One 2  inch  discharge will be provided on each side of the vehicle  Each  connection will be equipped with a cap  a quarter turn control valve   a bleeder valve  and a pressure gauge  Each connection will be  rated at 250 gpm minimum        Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048   TS 21       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions       d  Intake connections  The vehicle will be equipped with one valved  4 Y inch intake connection on the left side  The vehicle will be  equipped with one valved 2   2 inch intake connection on the left  side adjacent to the 4 1 2 inch intake connection with both having  either a 30   or 45   turn down fitting  The 4    inch intake  connection will have male National Hose threads  a quarter turn  contro
10.  The fuel system will be in accordance with NFPA  414        3 3 3 1    Fuel priming pump  The vehicle will be equipped with an electric  or pneumatic fuel pump in addition to the mechanical fuel pump   The electric pneumatic pump will be used as a priming pump  capable of re priming the engines fuel system        3 33 2    Fuel tank  The vehicle will have one or two fuel tanks with a  minimum usable capacity in accordance with NFPA 414  as  amended by NFPA 414  Each tank will have a fill opening of 3  inches minimum  readily accessible to personnel standing on the  ground and designed to prevent fuel splash while refueling  Each  tank will be located and mounted so as to provide maximum  protection from damage  exhaust heat  and ground fires  If more  than one tank is furnished  means will be provided to assure  equalized fuel level in both tanks  An overturn fuel valve will be  provided for each tank to prevent spillage in the event of a rollover   Each fuel tank must be prominently labeled  Diesel Fuel Only         3 3 4    Exhaust system  The exhaust system will be in accordance with  NFPA 414  The exhaust system will be constructed of high grade  rust resistant materials and protected from damage resulting from  travel over rough terrain  The muffler s  will be constructed of  aluminized steel or stainless steel  Exhaust system outlet s  will be  directed upward or to the rear  away from personnel accessing  equipment compartments and the engine air intake  and will not 
11.  a Member of Congress  an officer or employee of  Congress  or an employee of a Member of Congress in connection with the  making of any Federal grant and the amendment or modification of any Federal  grant      2  If any funds other than Federal appropriated funds have been paid or will  be paid to any person for influencing or attempting to influence an officer or  employee of any agency  a Member of Congress  an officer or employee of  Congress  or an employee of a Member of Congress in connection with any  Federal grant  the contractor shall complete and submit Standard Form LLL      Disclosure of Lobby Activities     in accordance with its instructions     Application  Required in all contracts and subcontracts    Reference  49 CFR Part 20  Appendix A    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 6    ACCESS TO RECORDS AND REPORTS    The Contractor shall maintain an acceptable cost accounting system  The  Contractor agrees to provide the Sponsor  the Federal Aviation Administration  and the Comptroller General of the United States or any of their duly authorized  representatives access to any books  documents  papers  and records of the  contractor which are directly pertinent to the specific contract for the purpose of  making audit  examination  excerpts and transcriptions  The Contractor agrees to  maintain all books  records and reports required under this
12.  and Clothing           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 16    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 6    Agent system        3 6 1    Agent  tire  pump  The vehicle will be equipped with a centrifugal  pump capable of providing the performance specified herein as  prescribed by NFPA 414        3 6 1 1    Agent system piping  All piping  couplings  and valves and  associated components that come into contact with the agent will be  in accordance with NFPA 414           3 6 1 2    Tank to pump connection  A check valve and shutoff valve will be  provided in each tank to pump line        3 6 1 3    Piping  couplings  and valves  All agent system piping will conform  to NFPA 414 criteria        3 6 1 4    Overheat protection  The agent system will be equipped with an  overheat protection system in accordance with NFPA 414  Overheat  protection is not required on vehicles utilizing a pre mixed  pressurized foam system        3 6 1 5    Pressure relief valves  The agent system will be equipped with  pressure relief valves in accordance with NFPA 414        3 6 1 6    Drains  The agent system will be equipped with a drainage system  in accordance with NFPA 414        3 6 2    Water tank  The vehicle will have a water tank with a manufacturer  certified minimum capacity of at least 150
13.  charger or an automatic battery conditioner  or voltage  monitoring system  providing a minimum 12 amp output  The  charger conditioner will be permanently mounted on the vehicle ina  properly ventilated  accessible location  The charger conditioner  will be powered from the electrical shoreline receptacle  see 3 10 1    A charging indicator will be installed next to the receptacle  When a  battery conditioner is provided  the conditioner will monitor the  battery state of charge and  as necessary  automatically charge or  maintain the batteries without gassing  depleting fluid level   overheating  or overcharging  A slave receptacle will be provided at  the rear or on either side of the vehicle cab  Battery jump studs may  be installed on the exterior of the battery box in lieu of a slave  receptacle     3 9 4 Electromagnetic interference  The vehicle electrical system will be  in accordance with SAE J551 2 for electromagnetic interference   05    3 Work lighting        Remarks   Exceptions       Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications    Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 23    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions    Cab interior lights  Cab interior light levels will be sufficient for  reading maps or manuals  At least one red and one white cab  interior dome light will be provided        Compartment lights  White lighting sufficien
14.  company issuing the Bid Bond must be authorized to do business in the State of  Maryland  The successful bidder s security will be retained until he she has signed  the Contract and furnished the required payment and performance bonds  The    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 5    10     11     Owner reserves the right to retain the security of the two lowest bidders until the  low bidder enters in to a Contract or until one hundred twenty  120  calendar days  from the bid opening  whichever is sooner  The Owner will retain this Bid  Security as liquidated damages  but not as a penalty  should the low bidder fail to  enter into a contract or provide bonds as stipulated  Should the low bidder enter  into a contract as stipulated  the bid security of the second bidder shall be returned  forthwith  otherwise upon failure of the low bidder to enter into a contract  action  may begin with the second bidder under the same provisions as for the low  bidder  or all bids will be rejected     SECURITY FOR FAITHFUL PERFORMANCE  Simultaneously with  his her delivery of the executed contract  the Bidder shall furnish a Surety Bond  or Bonds as security for faithful performance of this Contract and furnishing  equipment in connection with this Contract  as specified in the General  Conditions included herein  The surety on such bond or bonds shall be a duly  authorize
15.  conducted at 35 mph  56 kph     6 3 3  Vehicle Dimensions   6 3 4  Driver Vision Measurement   6 3 5  Pump and Roll on a 40 Percent Grade    Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048                                                                                        TS 31       NFPA 414   Test  paragraph   6 3 6  Electrical Charging System    6 3 7  Radio Suppression    6 3 8  Gradability Test    6 3 9  Body and Chassis Flexibility Test    6 3 10  Service Emergency Brake Test    6 3 11  Service Emergency Brake Grade Holding Test   6 3 12  Steering Control Test    6 3 13  Vehicle Clearance Circle Test    6 3 14  Agent Pump s  Tank Vent Discharge Test   6 3 15  Water Tank Fill and Overflow Test    6 3 16  Flushing System Test    6 3 17  Primary Turret Flow Rate Test    6 3 18  Primary Turret Pattern Test    6 3 19  Primary Turret Control Force Measurement   6 3 20  Primary Turret Articulation Test    6 3 21  Handline Nozzle Flow Rate Test    6 3 22  Handline Nozzle Pattern Test    6 3 23  Ground Sweep Bumper Turret Flow Rate Test   6 3 24  Ground Sweep Bumper Turret Pattern Control  Test    6 3 25  Undertruck Nozzle Test    6 3 26  Foam Concentration Foam Quality Test    6 3 27  Warning Siren Test    6 3 28  Propellant Gas    6 3 29  Pressure Regulation    6 3 30  AFFF Premix Piping and Valves    6 3 31  Pressurized Agent Purging and Venting    6 3 32 
16.  contract for a period  of not less than three years after final payment is made and all pending matters  are closed     Application  Incorporate into all procurement contracts that funded by AIP funds    Reference  49 CFR Part 18 36 i   FAA Order 5100 38    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 7    DISADVANTAGED BUSINESS ENTERPRISES    Contract Assurance    26 13    The contractor or subcontractor shall not  discriminate on the basis of race  color  national origin  or sex in the performance  of this contract  The contractor shall carry out applicable requirements of 49 CFR  Part 26 in the award and administration of DOT assisted contracts  Failure by the  contractor to carry out these requirements is a material breach of this contract   which may result in the termination of this contract or such other remedy  as the  recipient deems appropriate     Prompt Payment    26 29    The prime contractor agrees to pay each  subcontractor under this prime contract for satisfactory performance of its  contract no later than 30 days from the receipt of each payment the prime  contractor receives from the County  The prime contractor agrees further to  return retainage payments to each subcontractor within 30 days after the  subcontractor s work is satisfactorily completed  Any delay or postponement of  payment from the above referenced time frame may occur only for go
17.  exempt from the  provisions of the equal opportunity clause and that he will retain such certifications in his files     NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION FOR  NONSEGREGATED FACILITIES     A Certification of Non segregated Facilities must be submitted prior to the award of  a contract or subcontract exceeding  10 000 which is not exempt from the  provisions of the equal opportunity clause     Certification   The information above is true and complete to the best of my knowledge and belief        Name and Title of Signer  Please Type           Signature Date    NOTE  The penalty for making false statements in offers is prescribed in 18 U S C  1001     BIDDERS NAME        ADDRESS        INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER        ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 25    BUY AMERICAN PREFERENCES     a  The Aviation Safety and Capacity Expansion Act of 1990 provides that  preference be given to steel and manufactured products produced in the United  States when funds are expended pursuant to a grant issued under the Airport  Improvement Program  The following terms apply     1  Steel and manufactured products  As used in this clause  steel and  manufactured products include  1  steel produced in the United States or  2   a manufactured product produced in the United States  if the cost of its  components min
18.  factory rather than having the vehicle delivered  then conducting an inspection     c  Delivery   Vehicle shall be delivered to Hagerstown Regional  Airport via flatbed trailer  Delivery hours are 7 00 A M    4 00 P M    Monday through Friday  Bidder shall call 240 313 2777 twenty  24   hours prior to delivery        ADD Pre Construction Conference  Factory Visit and Delivery Sa  7 a    Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 41    
19.  finishes  protective  coatings and sealants and their application  welding  fastening  and  markings  Proper operation of vehicle functions will be verified as  defined by NFPA 414  Acceptance Criteria chapter  A copy of the  vehicle manufacturer s certifications will be provided with each  vehicle in accordance with NFPA 414  The airport may accept a  manufacturer or third party certification for any all prototype and  production operational vehicle testing performed prior to delivery  which proves that the vehicle meets the performance parameters of  NFPA 414   Table 1  Vehicle Test Data  NFPA 414   Test  paragraph  Production Vehicle Operational Tests   NFPA 414   Section 6 4    6 4 1  Vehicle Testing  Side Slope   6 4 2  Weight   Weight Distribution   6 4 3  Acceleration  NOTE  With the modification that  the instrumentation must be a GPS based  electronic data collection system    6 4 4  Top Speed   6 4 5  Brake Operational Test   6 4 6  Air System   Air Compressor Test   6 4 7  Agent Discharge Pumping Test   6 4 8  Dual Pumping System Test  As Applicable    6 4 9  Pump and Maneuver Test   6 4 10  Hydrostatic Pressure Test   6 4 11  Foam Concentration Test   6 4 12  Primary Turret Flow Rate Test   6 4 13  Piercing Penetration Nozzle Testing  As  Applicable   Prototype Vehicle Tests  NFPA 414   Section 6 3    6 3 1  Rated Water and Foam Tank Capacity Test   6 3 2  Cornering Stability  NOTE  With the modification  that the evasive maneuver double lane change test  must be
20.  held on Monday  February 18  2013 at 10 00 A M  in the  Airport Conference Room located at 18434 Showalter Road  Hagerstown  Maryland   Attendance at this Conference will not be mandatory for those wishing to submit bids   but it is strongly encouraged     The Owner may make such investigations as deemed necessary to determine the ability  of the bidder to provide the vehicle as specified  and prospective bidders shall be required  to furnish to the Owner s representative evidence of performance of similar procurements  of this magnitude and complication and all such information and data for this purpose as  may be requested  The Owner reserves the right to reject any bid if the evidence  submitted by  or investigation of  such bidder fails to satisfy the Owner that such bidder  is properly qualified to carry out the obligation of the Contract and to deliver the vehicle  contemplated therein     The Owner reserves the right to reject any and or all bids and to waive any informalities  or irregularities in the bidding and to take whatever action is to the best interest of the  County     Washington County makes positive efforts to utilize Disadvantaged Business Enterprises  for its supplies and services and allows these sources the maximum feasible opportunity  to compete for contracts  The Board of County Commissioners does not discriminate on  the basis of race  color  national origin  sex  religion  age  and disability in employment or  the provision of services  Individua
21.  in whole or in part by reason of any act  error or omission  fault or negligence whether  active or passive by the Contractor  or any one acting under its direction  control or on its behalf in  connection with or incident to its performance of the Contract     Revision Date  August 27  1991   Effective Date  August 27  1991   Revision Date  March 4  1997   Effective Date  March 4  1997   ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 10    BID NO  PUR 1189    PROJECT BID FORMS    The following bid forms contained herein are for the convenience of the bidder and are  not to be        detached from the specification     filled out  or     executed     Separate detached duplicate copies of the bid forms will be furnished with the final  addendum for the purpose of submittal of bids in duplicate     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 11    BID NO  PUR 1189  FORM OF PROPOSAL    Submit Form of Proposal  amp  Schedule of Prices on loose forms supplied by the County    ONE  1  NEW AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  TRUCK  PROCUREMENT    Date        Proposal of   hereinafter called  Bidder     a corporation  organized and existing under the laws of the  State of   a partnership  or an individual doing business as             TO  Board of County Comm
22.  items listed by the  offeror below or on a separate and clearly identified attachment to this bid proposal  the  offeror certifies that steel and each manufactured product  are produced in the United  States  as defined in the clause Buy American   Steel and Manufactured Products for  Construction Contracts  and that components of unknown origin are considered to have  been produced or manufactured outside the United States     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    Offerors may obtain from the owner a listing of articles  materials and supplies  excepted from this provision     Country of Origin       Application   Incorporate into all construction and equipment procurements  Paragraphs  a   and  b  should be placed in the solicitation  The Buy American certificate should  be placed in the contract documents     Reference   Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990  Title 49 U S C  Chapter 501   AIP Program Guidance Letter 91 3    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 2    CIVIL RIGHTS ACT OF 1964  TITLE VI   CONTRACTOR CONTRACTUAL  REQUIREMENTS    During the performance of this contract  the contractor  for itself  its assignees  and successors in interest  hereinafter referred to as the  contractor   agrees as  fol
23.  minimum   must be placed inside the cab  The brackets for seat positions  3 and   4 may be placed outside of the cab if necessary  An SCBA seat  on  the other hand  contains an opening which can accommodate  someone wearing an SCBA  The chart below represents the user s  stated preference for the vehicle seating configuration                                       Position Standard SCBA Set N A   Driver X   Turret X    3 X    4 X  USTIFICATION       Need two ARFF personnel to use pre connected hose  while  driver operates turret or pump panel  need two ARFF  personnel to effectively do a rescue while the driver keeps the  exit path open with turret  also to take additional ARFF  personnel to scene                 ADO FAA Approval                    Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field    AIP 3 24 0019 048    TS 14    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       3 4 8    3 4 9    Windshield wipers and washer  The vehicle will be equipped with  electrically powered windshield wipers  The wiper arms and blades  will be of sufficient length to clear the windshield area described by  SAE J198  Windshield Wiper Systems   Trucks  Individual wiper  controls will include a minimum of two speed settings and an  intermittent setting  The wiper blades will automatically return to a  park position  out of the line of vision  The vehicle will be equipped  
24.  of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 12    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       33 1252       Turning diameter  The fully loaded vehicle will have a wall to  wall turning diameter of less than three times the overall length of  the vehicle in both directions in accordance with NFPA 414        3 3 13    License plate bracket  A lighted license plate bracket will be  provided at the left rear and left front of the vehicle  The location  of the left front bracket will be placed so as not to interfere with  the operation of fire fighting systems        3 4    Cab  The vehicle will have a fully enclosed two door cab of  materials which are corrosion resistant  such as aluminum  stainless  steel  or glass reinforced polyester construction  Steps and handrails  will be provided for all crew doors  and at least one grab handle will  be provided for each crew member  located inside the cab for use  while the vehicle is in motion  The lowermost step s  will be no  more than 22 inches above level ground when the vehicle is fully  loaded  A tilt and telescoping steering column will be provided        3 4 1    Windshield and windows  The windshield and windows will be of  tinted safety glass  Each door window will be capable of being  opened far enough to facilitate emergency occupant escape in the  event o
25.  or agreed with any bidder or  anyone else to put in a sham bid  or that anyone shall refrain from bidding  that said bidder has not in  any manner  directly or indirectly  sought by agreement  communication  or conference with anyone to  fix the bid price of said bidder or of any other bidder  or to fix any overhead  profit  or cost element of  such bid price  or of that of any other bidder  or to secure any advantage against the public body  awarding the Contract or anyone else interested in the proposed Contract  that all statements contained  in such bid are true  and further  that said bidder has not  directly or indirectly  submitted his bid price  or any breakdown thereof  or the contents thereof  or divulged information or data relative thereto  or  paid and will not pay any fee in connection therewith  to any corporation  partnership  company   association  organization  bid deposit  or to any member or agent thereof  or to any other individual  except to such person or persons as have a partnership or other financial interest with said bidder in his  general business     Signed   Subscribed and sworn to before me this  day of 2013  Seal of Notary   Notary Public   ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 24    CERTIFICATION OF NON SEGREGATED FACILITIES    The federally assisted construction contractor certifies that it does not maintain or provide  for
26.  prospective subcontractor unless it has knowledge that the  certification is erroneous     The contractor shall provide immediate written notice to the sponsor if the  contractor learns that its certification or that of a subcontractor was erroneous  when submitted or has become erroneous by reason of changed circumstances   The subcontractor agrees to provide written notice to the contractor if at any time  it learns that its certification was erroneous by reason of changed circumstances     This certification is a material representation of fact upon which reliance was  placed when making the award  If it is later determined that the contractor or  subcontractor knowingly rendered an erroneous certification  the Federal Aviation  Administration may direct through the Sponsor cancellation of the contract or  subcontract for default at no cost to the Government     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 12    Nothing contained in the foregoing shall be construed to require establishment of  a system of records in order to render  in good faith  the certification required by  this provision  The knowledge and information of a contractor is not required to  exceed that which is normally possessed by a prudent person in the ordinary  course of business dealings     This certification concerns a matter within the jurisdiction of an agency of the  United States of 
27.  storage of  four SCBA bottles will be provided  If tubes are provided  two will  be installed on each side of the vehicle  The tubes will be of  sufficient size to accommodate the procuring agencies SCBA  cylinders           3 5 4    Ladder  handrails  and walkways  Ladder  stepping  standing  and  walking surfaces will be in accordance with NFPA 414  Handrails  will be provided in accordance with NFPA 414  The lowermost  step s  or ladder rungs will be no more than 22 inches  56 cm   above level ground when the vehicle is fully loaded  The lowermost  steps may extend below the angle of approach or departure or  ground clearance limits if they are designed to swing clear  The  tread of the bottom steps must be at least 8 inches  20 cm  in width  and succeeding steps at least 16 inches  40 cm  in width  The full  width of all steps must have at least 6 inches  15 cm  of  unobstructed toe room or depth when measured from  and  perpendicular to  the front edge of the weight bearing surface of the  step        3 5 5          Ancillary equipment  Ancillary equipment listed in NFPA 414  A 4 2 1  1   17  is not covered by this Procurement Specification in  accordance with AC 150 5220 10  Guide Specification for Aircraft  Rescue and Fire Fighting  ARFF  Vehicles  Ancillary equipment is  funded separately by other sources        NOTE  Equipment funding will be obtained as a separate contract  under the provisions of AC 150 5210 14  Aircraft Rescue and Fire  Fighting Equipment  Tools 
28.  the delay        WARRANTY     A  In submitting a proposal  each Bidder thereby represents that upon award  of the Contract  he she will provide written guarantee of all equipment for  the period of one  1  year from date of final acceptance of the delivered  equipment  During the guarantee period  the Bidder will be required   within a reasonable length of time after receipt of written notice by the  Owner  to make good any defects in the equipment which may have  developed     B  For those items for which manufacturers provide a warranty  the warranty  shall be transferred to the Owner after accepted delivery along with all  necessary paper work to make the warranty valid for the manufacturer s  warranty period     C  If a Bidder cannot guarantee any material or equipment that is specified   or if he she cannot furnish any surety bond that may be required  then it  shall be so stated in the Proposal  Unless this is done  it shall be  understood that the Bidder accepts all of the guarantee conditions called  for and shall be bound thereto upon award of the Contract  If the Owner  should consent to waive any requirements in this respect  then it shall have  effect only if such waiver is expressly set forth in the signed Contract  Agreement     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 7    17  NOTICE OF POLITICAL CONTRIBUTIONS  The Bidder agrees  in  accordance w
29. 0 gallons        3 6 2 1       Procurement of ARFF Vehicle  PUR 1189        Water tank construction  The water tank will be constructed of  passivated stainless steel  polypropylene  or Glass Reinforced  Polyester  GRP  construction  All materials used will be capable of  storing water  foam concentrate  and water AFFF solutions     Water tank overhead fill cover and drain  The water tank will be  equipped with a 20 inch fill tower  The tower will be designed to  allow for video inspection of the water tank interior  The water tank  will incorporate a drainage system in accordance with NFPA 414     Water tank overflow system and venting  The water tank will  incorporate a venting system to relieve pressure on the tank during       fill and discharge operations at maximum flow rates  It will have an  overflow system to relieve excess fluid in the event of tank overfill   Drainage from the vent and overflow system will not flow over  body panels or other vehicle components and will not be in the track  of any of the tires  Tank vent hoses will be of the non collapsible    type     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 17          Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions       Water tank top fill opening  A top fill opening of not less than 8  inches internal diameter with a readily removable  4 inch mesh  strainer will be provided  The fill 
30. 189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 6    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       3 1 4    Environmental conditions     Remarks   Exceptions          3 1 4 1    Vehicle operation and storage temperature conditions will vary with  geographical location  Thus  the locality temperature range can go  from  40   to 110  F  Refer to NFPA 414 for vehicle winterization  criteria        3 1 4 2    Extreme temperature range  The vehicle will be capable of  satisfactory storage and operation in temperatures ranging from    40   to 110  F  The vehicle will be equipped with a cab  chassis  and  agent winterization system  permitting operation at  40  F  The  winterization system will not detract from the performance of the  vehicle or the firefighting system in ambient temperatures up to  110  F  The vehicle chassis winterization system will maintain the  engine coolant  lubricants  fuel  and electrical systems operational at  ambient temperatures of  40  F  The vehicle agent winterization  system will provide sufficient insulation and heating capacity  by  means of hot circulating liquids and or forced air heat exchangers   to permit satisfactory operation of the vehicle and firefighting  systems for a 2 hour period at ambient temperatures as low as  40    F with the vehicle fully operational and the engine running  At the  end of this 2 hour period  the veh
31. 2 2    Scuffplates  Replaceable scuffplates will be provided at each  compartment threshold to prevent body damage from sliding  equipment in and out of the compartments  The scuffplates will be  securely attached to the compartment threshold but will be easily  replaceable in the event of damage        3 5 2 3          Drip rails  Drip rails will be provided over each compartment door           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 15    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 5 2 4    Shelves  An adjustable and removable compartment shelf will be  provided for every 18 inches of each vertical storage compartment  door opening  Shelving adjustments will require no more than  common hand tools  and will not require disassembly of fasteners   Shelves will support a minimum of 200 pounds without permanent  deformation  Each shelf will be accessible to crew members  standing on the ground or using a pull out and tip down  configuration  Each shelf will have drain holes located so as to  allow for drainage of any water from the stowed equipment        35 2 5    Drainage mats  Each compartment floor and shelf will be covered  with a removable black mat designed to allow for drainage of any  water from the stowed equipment        3 5 3    SCBA storage tubes  A single compartment or tubes for
32. 9  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 25       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions       Radio circuit  The vehicle will have three separate 30 amp circuits  with breakers and connections provided in a space adjacent to the  driver and turret operator for installation of radios and other  communications equipment after the vehicle has been delivered  To  facilitate the installation of the communications equipment the  manufacturer will provide three antennas pre installed on top of the  cab  Radios are all airport responsibility and not part of this  specification     Power receptacles     Primary power receptacles  The vehicle will have two duplex 15   amp 110 volt power receptacles  one installed adjacent to the cab  door on each side of the vehicle  Each duplex receptacle will  include one straight blade and one twist lock connection  These  outlets will be powered by the generator     Auxiliarv Dower receptacles  The vehicle will have 2 12 volt  auxiliary power receptacles mounted adjacent to the driver and crew  member positions  preferably in the instrument panel        Cable reel  The vehicle will be equipped with an electrical cable  reel  located within a compartment  The reel will be equipped with  200 feet of 20 amp  600 volt  90  C insulated electrical cable  The  electrical cable will be equipped with a rubber ball stop to preven
33. America and the making of a false  fictitious  or fraudulent  certification may render the maker subject to prosecution under Title 18  United  States Code  Section 1001     Application  Incorporate into all contracts funded by AIP     Reference  49 CFR Part 30 13  FAA Order 5100 38    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 13    TERMINATION OF CONTRACT    a  The Sponsor may  by written notice  terminate this contract in whole or in  part at any time  either for the Sponsor s convenience or because of failure to  fulfill the contract obligations  Upon receipt of such notice services shall be  immediately discontinued  unless the notice directs otherwise  and all  materials as may have been accumulated in performing this contract  whether  completed or in progress  delivered to the Sponsor     b  If the termination is for the convenience of the Sponsor  an equitable  adjustment in the contract price shall be made  but no amount shall be  allowed for anticipated profit on unperformed services     c  If the termination is due to failure to fulfill the contractor s obligations  the  Sponsor may take over the work and prosecute the same to completion by  contract or otherwise  In such case  the contractor shall be liable to the  Sponsor for any additional cost occasioned to the Sponsor thereby     d  If  after notice of termination for failure to fulfill contract ob
34. BID NO  PUR 1189  CONTRACT FORMS  BID FORMS AND SPECIFICATIONS    ONE  1  NEW AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  TRUCK  PROCUREMENT    AIP 3 24 0019 048    PREPARED FOR THE    HAGERSTOWN REGIONAL AIRPORT    RICHARD A  HENSON FIELD    HAGERSTOWN  MARYLAND       PREPARED BY  AIRPORT DESIGN CONSULTANTS  INC  ADCD  6031 UNIVERSITY BOULEVARD  SUITE 330  ELLICOTT CITY  MARYLAND   410  465 9600  BID DOCUMENTS    FEBRUARY 2013    TABLE OF CONTENTS  Table of Contents Page     PablesOt COntents meetan aa a asthe ot ea EE i    Section I  Contract Forms    1 FAS os Ve ai 500  Suerte ap ene ret iaa a ese RUC re Py Tm REN Ye Oe APTA Pe CF 1  Invitation to  Bid ss leirni uraite ecetaty aes ganda ga a a a dcheasabsede aR CF 2 3  Instr  ctions to Bidders a e a E E A paver E OR CF 4 8  Policy Number P 4  Insurance Requirements for   Independent  Contractors a EE iA Follows CF 9 10  Froject Bid OFS oR eee T E O n T T A A a CF 11  Formi OF Proposal  enenatis es EE EETA A EE ETES AT E AES CF 12 13  Bid Bond otie e R ave sees A R n a  CF 14 15  PB ONSEN ED OTN EA aE EEEE nda es E E T cosa CF 16 18  Perrormance BONG aE E ve eae ees ese eee eres CF 19 21  Bidders  Affidavits  ionen aans iee iga iN a CF 22 23  Form of Non Collusion Affidavit c 105446 5 seed sccaiecates seas Se ccceeanncbbeaesoecadeogted eusesnceatndabengeas CF 24  Certification of Non Segregated Facilities 0 0 0 0    eeeececesececsseceeseecesseeceeseceeseeeesaees CF 25    Section II  Federal Requirements For AIP Project Contrac
35. ICLE PROCUREMENT SPECIFICATION   CLASS 4  AIRCRAFT RESCUE FIREFIGHTING VEHICLE    This document shall serve to provide clarity of the specifications and modify the existing AC to  better suit operations at Hagerstown Regional Airport     Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048   TS 36    ADDENDUM Remarks   Exceptions    GENERAL    All interior and exterior lighting shall be LED as applicable and allowed by  Federal Regulations  NFPA  and FAA Advisory Circulars   All discharge and intake connections shall be National Hose Thread and where  applicable shall equipped with 4  Storz fittings and 30 degree elbows    3 1 2 4 Reflective Stripes   Clarification  A minimum eight  8  inch horizontal band of white reflective tape   Retroreflective  ASTM D 4956 09  standard specification for  retroreflective sheeting for traffic control  TYPE Ill  amp  above     outlined with 4    blue vinyl pin stripe must be applied around the    vehicle s surface     3 2 1 5 Lettering   Clarification   The numerals  35  1  shall be affixed to the cab roof 24 inches high  and on each side of the vehicle 16 inches high in a blue contrasting  color  Lettering  Hagerstown Regional Airport ARFF  shall be in a  contrasting color or by decal on both sides of the vehicle in long  radius elliptical arches above and below the lettering center line  The  size of the lettering will be a min
36. Quincy MA  02269 9101        NFPA 412  Standard for Evaluating Aircraft Rescue and Fire   Fighting Foam Equipment  2009 Edition     NFPA 414  Standard for Aircraft Rescue and Fire Fighting Vehicles   2007 Edition     NFPA 1901  Standard for Automotive Fire Apparatus  2009  Edition        Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 34    8  REFERENCED DOCUMENTS  Remarks   Exceptions    Federal Aviation Administration  FAA   FAA ACs may be obtained  from the FAA website   http   www faa gov regulations_policies advisory_circulars    AC 150 5220 10  Guide Specification for Aircraft Rescue and Fire  Fighting  ARFF  Vehicles   AC 150 5210 5  Painting  Marking  and Lighting of Vehicles Used on  an Airport   FAA Orders  Specifications  and Drawings may be obtained from   Federal Aviation Administration  ATO W CM NAS Documentation   Control Center  800 Independence Avenue  SW  Washington  DC  20591  Telephone   202  548 5256  FAX   202  548 5501 and website   http   www faa gov about office_org headquarters_offices ato service  units techops atc_facilities em cm_documentation           Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 35    ADDENDUM TO    FEDERAL AVIATION ADMINISTRATION  ADVISORY CIRCULAR 150 5220 10E    SECTION 3 4   VEH
37. RFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 18    PERFORMANCE BOND    Board of County Commissioners of Washington County  Maryland    BOND NO  CONTRACT NO  ___ PUR 1189          Date Bond Executed        KNOW ALL MEN BY THESE PRESENTS  that we           Here insert full name and address or legal title of Contractor  including zip code     a corporation of the State of and authorized to do business in the       State of Maryland  hereinafter called the Principal and           Here insert full name and address or legal title of Surety  including zip code     hereinafter called the Surety  are held and firmly bound unto the Board of County Commissioners of  Washington County  Maryland  hereinafter called the County  the sum of  Dollars      lawful money of the United States for the payment of which sum well  and truly to be made  the Principal and the Surety bind themselves  their heirs  personal  representatives  successors and assigns  jointly and severally  firmly by these presents     WHEREAS  the Principal has entered into or will enter into a contract with the County for the  ARFF TRUCK PROCUREMENT at the Hagerstown Regional Airport     Richard A  Henson Field  in  Washington County  Maryland  which contract and procurement to be done thereunder and the  specifications accompanying the same shall be deemed a part hereof and incorporated by reference  herein to th
38. SEAL  If bid is by corporation     ARFF Truck Procurement  PUR 1189   Hagerstown Regional Airport   Richard A  Henson Field  AIP 3 24 0019 048    Contract Forms  February 2013  Bid Documents    CF 13    BID NO  PUR 1189  BID BOND    Hagerstown Regional Airport   Richard A  Henson Field  ONE  1  NEW AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  TRUCK  PROCUREMENT    KNOWN ALL MEN BY THESE PRESENTS  that we  as Principal  hereinafter called the Principal  and    a corporation duly organized under the laws of the State of  as Surety  hereinafter called the Surety  are held and firmly bound unto the Board of  County Commissioners of Washington County  Maryland  hereinafter called the County   for the sum of dollars  or       for the payment of which sum  the said Principal and said Surety bind ourselves  our  heirs  executors  administrators  successors and assigns  jointly and severally  firmly by  these presents                    WHEREAS  the Principal has submitted for a Bid for the procurement of   Aircraft Rescue and Firefighting  ARFF  vehicle NOW  THEREFORE  if the Principal   upon acceptance by the County of its Bid identified above  within the period specified  herein for acceptance shall execute such further contractual documents  if any  and give  such bond s  as may be required by the terms of the Bid as accepted within ten working  days after receipt of the forms  or in the event of failure so to execute such further  contractual documents and give such bonds  if the Pri
39. The vehicle will have a field of vision in accordance  with NFPA 414           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 8    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 2 3 1    Mirrors  Combination flat and convex outside rearview mirrors will  be installed on each side of the cab  The flat mirrors will be of the  motorized remote control type  providing not less than 60    horizontal rotational viewing range  The flat mirrors will also have  electrically heated heads  Mirror remote and heating controls will be  located on the instrument panel within reach of the seated driver  To  provide the driver a clear view of the area ahead of the vehicle and  to eliminate potential blind spots  a rectangular mirror will be  installed on the lower corner of each side of the windshield  having  a minimum area of 35 square inches  The vehicle will have a back   up  rear view  camera with a display monitor mounted above the  driver in the cab  Cameras and monitors that are designed to replace  the function of the side view mirrors are not an approved option in  this specification        3 3    Chassis and vehicle components        3 3 1    Engine  The vehicle will have a turbocharged diesel engine that is  certified to comply with the Environmental Protection Agency   EPA  and state laws for off highway 
40. ace of other extinguishing agents   The manufacturer may pre ship agents and propellants to a  receiving airport to reduce overall procurement costs    i    The vehicle manufacturer must provide initial adjustments to the  vehicle for operational readiness and mount any ancillary appliances  purchased through the vehicle manufacturer as part of the vehicle     7  TRAINING  Remarks   Exceptions    Upon delivery of the vehicle to the airport  the manufacturer must   at no additional cost  provide the services of a qualified technician  for five consecutive days  or up to 8 days for an high reach  extendable turret  for training  This is considered sufficient time for  the purchaser to adjust shift work schedules to get maximum  employee attendance to training sessions at some point during the  training period  During this time sufficient repetitive learning  opportunities must be provided by the manufacturer to allow  various shifts to complete the training requirements     Training must include written operating instructions  electronic  training aids  videos power point   or other graphics that depict the  step by step operation of the vehicle  Written instructions must  include materials that can be used to train subsequent new  operators        a  7 2 The technician must provide thorough instruction in the use    operation  maintenance and testing of the vehicle  This setup must   include operator training for the primary operators  which will give   them sufficient knowled
41. airport s  Name  and  Insignia     if available  in a contrasting color or by decal on both  sides of the vehicle in long radius elliptical arches above and below  the lettering center line  The size of the lettering will be a minimum  of 2   2 inches to a maximum of 6 inches  Reflective lettering is  allowed if the material is the same as that which is used for the  reflective stripe  as specified in AC 150 5210 5            Vehicle identification plate  A permanently marked identification  plate will be securely mounted at the driver s compartment  The  identification plate will contain the following information           a  NOMENCLATURE       b  MANUFACTURER S MAKE AND MODEL       c  MANUFACTURER S SERIAL NUMBER       d  VEHICLE CURB WEIGHT  kg  pounds        e  PAYLOAD  MAXIMUM  kg  pounds        f  GROSS VEHICLE WEIGHT  GVW   kg  pounds        g  FUEL CAPACITY AND TYPE  gals  gallons        h  DATE OF DELIVERY  month and year           WARRANTY  months and km  miles         J  CONTRACT NUMBER       k  PAINT COLOR AND NUMBER          A second permanently marked information data plate will be  securely mounted on the interior of the driver s compartment  The  plate will contain the information required by NFPA 414  Standard  for Aircraft Rescue and Fire Fighting Vehicles  2007 Edition    Section 1 3 5 Vehicle Information Data Plate  A single plate that  combines or contains the information required for both plates is  acceptable           Procurement of ARFF Vehicle  PUR 1
42. ajor repair procedures  The text will contain  performance specifications  tolerances  and fluid capacities  current   voltage  and resistance data  test procedures  and illustrations and  exploded views as may be required to permit proper maintenance by  qualified vehicle mechanics  The manual will contain an  alphabetical subject index as well as a table of contents  The service  manual will contain at least the following  where applicable        a  Fire fighting system schematic s         b  Hydraulic schematic        c  Pneumatic schematic        d  Electrical schematic        e  Winterization schematic        f  Fuel schematic        g  Schedules for required preventative maintenance and required  periodic maintenance           h  Lubrication locations  procedures  and intervals for parts of the  vehicle and equipment that require lubrication           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 4    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 1 1 1 3    Parts identification manual  The parts manual will include  illustrations or exploded views  as needed  to identity properly all  parts  assemblies  subassemblies  and special equipment  All  components of assemblies shown in illustrations or exploded views  will be identified by reference numbers that correspond to the  reference numbers i
43. am or water rated  as specified in NFPA 414  The discharge pattern will be infinitely  variable from straight stream to fully dispersed  The roof turret will  be power operated  power controls will be positioned for use by the  driver and the crew member seated to the right of the driver  The  type of nozzle or turret drain will be per the manufacturer s  recommendation     Bumper turret  The vehicle will be equipped with a joystick  controlled  constant flow  non air aspirating  variable stream type   low angle high volume dual rate  minimum 375 750 GPM  bumper  turret  The bumper turret will be capable of discharging at a  minimum flow rates of foam or water as specified by the user  with  a pattern infinitely variable from straight stream to fully dispersed   The bumper turret will be capable of automatic oscillation  with the  range of oscillation adjustable up to 90   each side of center  left and  right  with vertical travel capabilities of  45    20   meeting section  4 20 2 in NFPA 414     Preconnected handline s   Two 200 foot  154 inch pre connected  woven jacket handline s   with a 12 inch control valve and a pistol  grip nozzle  will be located on  or accessible from  each side of the  vehicle  A safety system will be provided to prevent charging of the  hose until the hose has been fully deployed  The handline s  and  nozzle s  will be in accordance with NFPA 414  and will allow fora  minimum of 95 gpm at 100 psi nozzle pressure  A control for  charging each hand
44. ant  prosecute the suit to final judgment  for such sum or sums as may be justly due claimant and have execution thereon  The County  shall not be liable for the payment of any costs or expenses of any such suit     The Surety hereby stipulates and agrees that no change  extension of time  alteration  or  addition to the terms of the Contract or to the equipment to be procured thereunder of the  Specifications accompanying the same shall in any way affect its obligations on this Payment Bond   and it does hereby waive notice of any such change  extension of time  alteration or addition to the  terms of the Contract or to the equipment or the Specifications    This Payment Bond shall be governed and construed in accordance with the laws of the State of  Maryland and any reference herein to the Principal or Surety in the singular shall include all entities in    the plural who or which are signatories under the Principal or Surety heading below     IN WITNESS WHEREOF  the Principal and Surety have set their hands and seals to this  Payment Bond this day of   2013        WITNESS         Typed Name of Principal              BY    SEAL    Typed Name and Title   ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 17    WITNESS         Typed Name of Surety     BY            SEAL         Typed Name and Title         Name of Local Agent         Telephone Number of Local Agent     A
45. be  directed toward the ground           3 3 5    Transmission  A fully automatic transmission will be provided  The  transmission will be in accordance with NFPA 414        3 3 6    Driveline  The vehicle driveline will be in accordance with NFPA  414  If the driveline is equipped with a differential locking control   a warning caution label will be placed in view of the driver  indicating the proper differential locking un locking procedures   The operator s manual will also include a similar warning caution   All moving parts requiring routine lubrication must have a means of  providing for such lubrication  There must be no pressure  lubrication fittings where their normal use would damage grease  seals or other parts        3 3 7          Axle capacity  Each axle will have a rated capacity  as established  by the axle manufacturer  in accordance with NFPA 414           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 10    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       3 3 8    Suspension  The suspension system will be in accordance with  NFPA 414 and AC 150 5220 10  Guide Specification for Aircraft  Rescue and Fire Fighting  ARFF  Vehicles     Remarks   Exceptions          3 3 9    Tires and wheels  Tires and wheels will be in accordance with  NFPA 414  The vehicle will be equipped with single tires and  wheels at all wheel p
46. closed and will not be  knowingly disclosed prior to its official opening  directly or indirectly  to any other bidder or to    any competitor  and  that    4  Ihave fully informed myself regarding the accuracy of the statements contained herein     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 22    I acknowledge that this Affidavit is to be furnished to the Secretary of the Maryland Department of  Transportation and may be distributed to boards  commissions  administrations  departments and  agencies of the State of Maryland  counties or other subdivisions of the State of Maryland  other states  and the Federal Government  I further acknowledge that this Affidavit is subject to applicable laws of  the State of Maryland  both criminal and civil  and that this Affidavit is to be attached to and become a  part of the contract when and if awarded and executed     I FURTHER HEREBY DECLARE AND AFFIRM that I and the firm I herein represent  acknowledge  and agree that if any misrepresentation is herein made  the Board of County Commissioners of  Washington County  in their discretion  shall have the right to reject this proposal or terminate the  contract  without liability   as the case may be      I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT  THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT              By    Date   Affiant   Title   F
47. d Looking Infrared  FLIR   A forward looking infrared   FLIR  camera and in cab monitor  meeting the requirements of  NFPA 414  will be provided  In addition  the FLIR monitor  described in NFPA 414 will have a minimum dimension of 10 in   25 cm   measured diagonally  and be located in a position where it  is visible to both the seated driver and turret operator        Remarks   Exceptions          3 4 6    Climate control system  The offeror contractor s standard  heater defroster and air conditioning system will be provided  The  climate control system will induct at least 60 cubic feet per minute  of fresh air into the cab  Cab mounted components will be protected  from inadvertent damage by personnel           3 4 7    3 4 7 1       Seats  The driver seat will be adjustable fore and aft and for height   The turret operator s seat  located to the right front of the driver s  seat  will be a fixed  non suspension  type  Each seat will be  provided with a Type 3 seat belt assembly  1 e   3 point retractable  restraint  in accordance with CFR 49 CFR 571 209  Seat belts must  be of sufficient length to accommodate crew members in full  Personal Protective Equipment  PPE      Seat Options  Two types of seat options are allowed in the vehicle   A standard seat contains a hard fixed back  For these seats  a  remote mounted bracket designed to store a Self  Contained  Breathing Apparatus  SCBA  will be provided  The remote   mounted bracket for the driver and turret operator  at a
48. d leases of equipment  unless exempt by the  Regulations or directives issued pursuant thereto  The contractor shall  take such action with respect to any subcontract or procurement as the  sponsor or the FAA may direct as a means of enforcing such provisions  including sanctions for noncompliance  Provided  however  that in the  event a contractor becomes involved in  or is threatened with  litigation  with a subcontractor or supplier as a result of such direction  the  contractor may request the Sponsor to enter into such litigation to protect  the interests of the sponsor and  in addition  the contractor may request  the United States to enter into such litigation to protect the interests of the  United States     Application  Required in all contracts and subcontracts    Reference  49 CFR Part 21  AC 150 5100 15    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982  SECTION 520    GENERAL CIVIL RIGHTS PROVISIONS    The contractor assures that it will comply with pertinent statutes   Executive orders and such rules as are promulgated to assure that no  person shall  on the grounds of race  creed  color  national origin  sex   age  or handicap be excluded from participating in any activity  conducted with or benefiting from Federal assistance  This provision  obligates the tenant concessionaire lessee or its transferee for the  pe
49. d surety company satisfactory to the Owner     POWER OF ATTORNEY  Attorney s in fact who sign Bid Bonds or Contract  Bonds must file with each bond a certified and effectively dated copy of their  power of attorney     LAWS AND REGULATIONS  The bidder s attention is directed to the fact that  all applicable State laws  municipal ordinances  and the rules and regulations of  all authorities having jurisdiction over construction of the project shall apply to  the Contract throughout  and they will be deemed to be included in the Contract  the same as though herein written out in full     QUALIFICATIONS  The Owner may make such investigations as deemed  necessary to determine the ability of the bidder to perform the work  and the  bidders shall furnish to the Owner all such information and data for this purpose  as the Owner may request  The Owner reserves the right to reject any bid if the  evidence submitted by or investigation of  such bidder fails to satisfy the Owner  that such bidder is properly qualified to carry out the obligation of the Contract  and to complete the work contemplated therein  Conditional bids will not be  accepted     SUBSTITUTIONS  All equipment is to be supplied in exact accordance with the  specifications  Any bidder who contemplates offering a vehicle that differs from  that specified must obtain the Owner   s written approval prior to bid opening   Substitution requests must be received in the Purchasing Department no later than  4 00 P M   Monday 
50. e same extent as if fully set forth     NOW  THEREFORE  during the original term of said Contract  during any extensions thereto  that may be granted by the County  and during the guarantee and warranty period  if any  required  under the Contract  unless otherwise stated therein  this Performance Bond shall remain in full force  and effect unless and until the following terms and conditions are met     l  Principal shall well and truly perform the Contract  and  2  Principal and Surety shall comply with the terms and conditions in this Performance  Bond     Whenever Principal shall be declared by the County to be in default under the Contract  the  Surety may  within 15 days after notice of default from the County  notify the County of its election to  either promptly proceed to remedy the default or promptly proceed to complete the contract in  accordance with and subject to its terms and conditions  In the event the Surety does not elect to    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 19    exercise either of the above stated options  then the County thereupon shall have the remaining  contract work completed  Surety to remain liable hereunder for all expenses of completion up to but  not exceeding the penal sum stated above     The Surety for value received hereby stipulates and agrees that no change  extension of time   alteration  or addition to the terms o
51. ebruary 2013  AIP 3 24 0019 048 Bid Documents    CF 12    Hagerstown Regional Airport   Richard A  Henson Field in strict accordance with  the aforesaid documents  and to deliver the equipment within two hundred seventy   270  consecutive calendar days of notice to proceed     Dollars        Written   Figure            Amount shall be shown in both words and figures  In case of discrepancy  the  amount shown in words will govern      B  Anticipation of the Award shall be made by the Board of County Commissioners  to the responsible bidder who submits the low responsive bid based on the Total  Sum Bid     Bidder understands that the Owner reserves the right to reject any or all bids and to waive  any informalities in the bidding     The Bidder agrees that this bid shall be good and may not be withdrawn for a period of  one hundred twenty  120  calendar days after the scheduled closing time for receiving  bids     Upon receipt of written notice of the acceptance of this bid  Bidder will execute the  formal contract within fifteen  15  calendar days from receipt of Notice of Award     The Bid Security attached in the sum of Dollars        is to become the property of the Owner in the event the Contract  and Bond are not executed within the time above set forth  as liquidated damages for the  delay and additional expense to the Owner caused thereby        Respectfully submitted     By        Signature      Name  amp  Title Printed         Business Address         Phone Number    
52. echnical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 27       4  REGULATORY REQUIREMENTS  Remarks   Exceptions    Recoverable Materials  The contractor is encouraged to use  recovered materials to the maximum extent practicable  in  accordance with Title 48  Federal Acquisition Regulations System   Part 2823  Environment  Conservation  Occupational Safety  and  Drug free Workplace  Subpart 2823 4 Use of Recovered Material   403 Policy and 404 Procedures        Green Procurement Program  Green Procurement Program  GPP  is  a mandatory federal acquisition program that focuses on the  purchase and use of environmentally preferable products and  services  GPP requirements apply to all acquisitions using  appropriated funds  including services and new requirements  FAR  23 404 b  applies and states the GPP requires 100  of EPA  designated product purchase that are included in the Comprehensive  Procurement Guidelines list that contains recovered materials  unless  the item cannot be acquired     a  competitively within a reasonable timeframe   b  meet appropriate performance standards  or  c  at a reasonable price        The prime contractor is responsible for ensuring that all  subcontractors comply with this requirement  Information on the  GPP can be found at     http   www dot gov ost m60 DOT_policy_letters apl8_04 pdf  or FAR 23 404 b    http   www acquisition gov far current html Subpart 2023_4 html          
53. ed  produced or manufactured in the United States  exceeds 60 percent of the cost of all its components and final assembly has  taken place in the United States  Components of foreign origin of the same  class or kind as the products referred to in subparagraphs b   1  or  2  shall  be treated as domestic     2  Components  As used in this clause  components means those  articles  materials  and supplies incorporated directly into steel and  manufactured products     3  Cost of Components  This means the costs for production of the  components  exclusive of final assembly labor costs      b  The successful bidder will be required to assure that only domestic steel and  manufactured products will be used by the Contractor  subcontractors   materialmen and suppliers in the performance of this contract  except those     1  that the US Department of Transportation has determined  under the  Aviation Safety and Capacity Expansion Act of 1990  are not produced in  the United States in sufficient and reasonably available quantities and of a  satisfactory quality     2  that the US Department of Transportation has determined  under the  Aviation Safety and Capacity Expansion Act of 1990  that domestic  preference would be inconsistent with the public interest  or    3  that inclusion of domestic material will increase the cost of the overall  project contract by more than 25 percent     BUY AMERICAN CERTIFICATE    By submitting a bid proposal under this solicitation  except for those
54. ed twenty  120  calendar days after this opening  as no claim  for release on account of mistake or omission in the bidding will be considered   Each bidder will be held strictly responsible to his her bid     5  INTERPRETATION  DISCREPANCIES  OMISSIONS  Should any bidder  find discrepancies in  or omissions from  the bid documents  or should be in doubt  of their meaning  the bidder should at once request in writing an interpretation  from     Karen R  Luther  CPPO  Purchasing Director  Washington County Purchasing Department  Washington County Administration Building  100 West Washington Street  Room 320  Hagerstown  Maryland 21740 4748  FAX  240 313 2331    All necessary interpretations will be issued to all bidders in the form of addenda  to the specifications  and such addenda shall become part of the contract  documents  Requests received after 4 00 P M   local time on Monday   February 25  2013 may not be considered  Every interpretation made by the  County will be made in the form of an addendum which  if issued  will be sent by  the Purchasing Director to all interested parties     6  BID SECURITY  Bid Security in the form of a Cashier   s Check  Certified  Check  or Bid Bond payable to the Board of County Commissioners  Washington  County  in an amount equal to five percent  5   of the Bid Price shall be  submitted by each Bidder  The Cashier   s Check or Certified Check must be drawn  on a solvent bank authorized to do business in the State of Maryland  The surety 
55. eees TS 1 41    End of Table of Contents    INTRODUCTION    GENERAL PROJECT SUMMARY    1     1 01    1 02    2 01    GENERAL    Project Identification  This project shall be known as  ARFF Truck  Procurement  The Federal Aviation Administration  FAA  is contributing to the  project through the Airport Improvement Program  The FAA identification for  the design of this project is AIP 3 24 0019 048     Bid Documents  Bid documents are available immediately from the Washington  County Website  www washco md net by accessing the    Purchasing  amp   Engineering Bid Listing    or may be obtained from     Washington County Purchasing Department  Washington County Administration Building  100 West Washington Street  Room 320  Hagerstown  Maryland 21740 4748    GENERAL DESCRIPTION OF WORK    General  Procurement under this contract shall be done in accordance with the  specifications and references contained within the Contract Documents  Provider  shall furnish the specified ARFF vehicle  complete  as detailed in the Contract  Documents     SPECIAL ATTENTION   PRE BID CONFERENCE    Prior to the submission of bids  a pre bid conference shall be held as described in  the Invitation to Bid  At that time  the Contractor will have the opportunity to ask  questions regarding the contemplated ARFF vehicle  Any questions raised after  this conference shall be submitted  in writing  to the Washington County  Purchasing Director as outlined in the Instructions to Bidders  It is in the best  i
56. emission requirements at  the time of manufacture  The engine and transmission must  operate efficiently and without detrimental effect to any drive  train components when lubricated with standard  commercially  available lubricants according to the recommendations of the  engine and transmission manufacturers        3 3 1 1    Acceleration  The fully loaded vehicle will accelerate from 0 to 50  miles per hour  mph  on a level paved road within  25 seconds        3 3 1 2    Maximum speed  The fully loaded vehicle will attain a minimum  top speed of 70 mph on a level  paved road        3 3 1 3    Pump and roll on a 40 percent grade  The fully loaded vehicle will  be capable of pump and roll operations on a paved  dry  40 percent  grade in accordance with NFPA 414        3 3 1 4          Altitude  Where justified  the vehicle  including the pumping  system  will be designed for operation at 2 000 feet above sea level        JUSTIFICATION                         ADO FAA Approval                 Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 9    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 3 2       Engine cooling system  The engine cooling system will be in  accordance with NFPA 414  A label will be installed near the  engine coolant reservoir reading  Engine Coolant Fill         3 3 3    Fuel system 
57. ent and Agents  and Federal  Aviation Administration  FAA  Advisory Circular  AC  150 5220 10  Guide  Specification for Aircraft Rescue and Fire Fighting  ARFF  Vehicles  as                follows   Airport Vehicle bod er f  Index Class Minimum Rated Capacities  gallons liters   Index B 4 1500 gallon  5678 liter  water AFFF solution                      3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS  Remarks   Exceptions       The ARFF vehicle will be in accordance with the applicable requirements of  National Fire Protection Association  NFPA  414  Standard for Aircraft Rescue  and Fire Fighting Vehicles  2007 Edition   and AC 150 5220 10  Guide  Specification for Aircraft Rescue and Fire Fighting  ARFF  Vehicles        3 1 General Administration Requirements       3 1 1  Manuals  Technical manuals will consist of operator  service  and  parts manuals  All manuals are required to be provided in hardcopy  and in digital format on CDs when requested                    Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 2       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 1 1 1    Technical manuals  The overall format for the manuals will be  commercial  Each technical manual will have a title page  Line art  will be used to the maximum extent possible for illustrations and  parts lists  One complete set of engine a
58. er fire protection  assignments     This vehicle is to be designed for a degree of off pavement mobility not normally found in highway  vehicles  The vehicle payload consists principally of the minimum usable  rated capacity  quantities of water  and sufficient quantity of 3  AFFF foam concentrate to support four times the water quantity     JUNE 15 2012    Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 1    3 4 VEHICLE PROCUREMENT SPECIFICATION  CLASS 4  AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  VEHICLE     Submit with Form of Proposal        1  SCOPE Remarks   Exceptions       This Procurement Specification  PS  covers a commercially produced diesel  engine driven ARFF vehicle for an Index B airport  It includes a 1500 gallon  water Aqueous Film Forming Foam  AFFF  fire suppression system    450 lb potassium based dry chemical only     The ARFF vehicle is intended to carry rescue and fire fighting equipment for the  purpose of rescuing aircraft passengers  preventing aircraft fire loss  and  combating fires in aircraft           2  CLASSIFICATION Remarks   Exceptions          The ARFF vehicle s  covered by this PS are classified in accordance with Part  139  Certification and Operations  Land Airports Serving Certain Air Carriers   Section 315  Aircraft Rescue and Firefighting  Index Determination  Section  317  Aircraft Rescue and Firefighting  Equipm
59. er with one  red LED assembly facing to the inside and outside of the vehicle  A  clear LED assembly shall face toward the front and rear of the  vehicle   b  One Whelen Ultra Edge  or equal  24 in  lightbar with a total of  seven LED assemblies each shall be mounted on the top rear of the  engine cover  The lightbar shall include a red LED assembly at each  comer  one red LED assembly on each side facing outward  and one  red LED assembly facing to the rear   c  Two red rectangular LED warning lights shall be provided at the  front of the unit   d  Three red LED rectangular warning lights shall be provided on  each side   e  Two red LED rectangular warning lights shall be provided on the  rear of the unit     Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 39    ADDENDUM Remarks   Exceptions  3 9 8 Radio Circuit   Change    a  Two 40 amp cables with circuit breakers  wired direct from the  vehicle batteries through the Master Disconnect switch shall be  provided to an area in the vehicle cab to power a Motorola XTL2500  UHF radio and an I Com Model A110 VHF radio  Radio and  components will be supplied and installed by the purchaser     b  Two compatible antenna mounts shall be located on the cab roof   Coax cable shall be run from the antenna mount to the same location  as the 40 amp power cables  Exact location shall be determined at  the engineering 
60. f a vehicle accident The vehicle windows will have an  electric control system        3 4 2    Cab interior sound level  The maximum cab interior sound level  will be in accordance with NFPA 414           3 4 3    Instruments and controls  All instruments and controls will be  illuminated and designed to prevent or produce windshield glare   Gauges will be provided for oil pressure  coolant temperature  and  automatic transmission temperature  In addition to the instruments  and controls required by NFPA 414  the following will be provided  within convenient reach of the seated driver           a  Master warning light control switch        b  Work light switch es   and       c  Compartment  Door Open  warning light and intermittent alarm  that sounds when a compartment door is open and the parking  brakes are released or the transmission is in any position other than  neutral        3 4 4          Windshield deluge system  The vehicle will be equipped with a  powered windshield deluge system  The deluge system will be  supplied from the agent water tank and will have an independent  pumping system  The deluge system activation switch will be  located within reach of the seated driver and turret operator              Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 13    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       3 4 5    Forwar
61. f the Contract or to the equipment to be procured thereunder of the  Specifications accompanying the same shall in any way affect its obligations on this Performance  Bond  and it does hereby waive notice of any such change  extension of time  alteration or addition to  the terms of the Contract or to the work to be performed thereunder of the specifications accompanying  the same     This Performance Bond shall be governed by and construed in accordance with the laws of the  State of Maryland and any reference herein to Principal or Surety in the singular shall include all  entities in the plural who or which are signatories under the Principal or Surety heading below     IN WITNESS WHEREOF  Principal and Surety have set their hands and seals to this  Performance Bond  If any individual is a signatory under the Principal heading below  then each such  individual has signed below on his or her own behalf  has set forth below the name of the firm  if any   in whose name he or she is doing business  and has set forth below his or her title as a sole proprietor   If any partnership or joint venture is a signatory under the Principal heading below  then all members  of each such partnership or joint venture  and each member has set forth below his or her title as a  general partner  limited partner  or member of joint venture  whichever is applicable  If any  corporation is a signatory under the Principal or Surety heading below  then each such corporation has  caused the followi
62. ge to train other personnel in the functional   use of all fire fighting and vehicle operating systems  Prior to   leaving the vehicle  the technician should review the maintenance   instructions with the purchaser s personnel to acquaint them with   maintenance procedures as well as how to obtain support service for   the vehicle   a    Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 33    8  REFERENCED DOCUMENTS  Remarks   Exceptions    The CFR may be obtained from the Superintendent of Documents   U S  Government Printing Office  Washington DC 20402     Title 14  Code of Federal Regulations  CFR   Part 139  Certification  of Airports  14 CFR Part 139     Section 139 315 Aircraft Rescue and Firefighting  Index  Determination     Section 139 317 Aircraft Rescue and Firefighting  Equipment and  Agents     Section 139 319 Aircraft Rescue and Firefighting  Operational  Requirements     Title 49  Code of Federal Regulations  CFR   Part 393  Parts and    Accessories Necessary for Safe Operation  Subpart C  Brakes     Title 49  Code of Federal Regulations  CFR   Part 571  Motor  Carrier Vehicle Safety Standards  Part 209  Standard No  209  Seat  Belt Assemblies    SAE documents may be obtained from SAE  Inc    Commonwealth Drive  Warrendale PA 15096     National Fire Protection Association  NFPA   NFPA documents  may be obtained from NFPA  Batterymarch Park  
63. he Washington County Website   www washco md net by accessing the    Purchasing  amp  Engineering Bid Listing    or may  be obtained from     Washington County Purchasing Department  Washington County Administration Building  100 West Washington Street  Room 320  Hagerstown  Maryland 21740 4748    Bidders shall make a good faith effort to obtain Disadvantaged Business Enterprise   DBE  participation of one  1   percent of the dollar value of the Contract in accordance  with the Federal Aviation Administration  FAA  DBE Program  49 CFR 26  and the  goals established by the Airport     Bid Security in the form of a Cashier   s Check  Certified Check  or Bid Bond payable to  the Board of County Commissioners  Washington County  in an amount equal to Five  percent  5   of the Bid Price shall be submitted by each Bidder  The successful bidder is  required to furnish satisfactory Payment and Performance Bonds for the full amount of  the Contract  Bids shall be properly and completely executed on bid forms  FORM OF  PROPOSAL  provided with the bid documents in accordance with the  Instructions to  Bidders  and be submitted on forms supplied the County  All work shall conform to the  specifications  The Bidder must use the Schedule of Prices forms from the Bid  Documents to submit his her bid     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 2    A Pre Bid Conference will be
64. he fill lines will incorporate check valves and readily  removable  rigidly constructed  4 inch mesh strainers  All  components in the foam tank fill system will be constructed of  materials that resist all forms of deterioration that could be caused  by the foam concentrate or water     Foam tank vent and overflow system  The foam tank will  incorporate a vent system to relieve pressure on the tank during fill  and discharge operations at maximum flow rates and an overflow  system to relieve excess liquid in the event of tank overfill   Drainage from the vent and overflow system will not flow over  body panels or other vehicle components and will not be in front of  or behind any of the tires  Tank vent hoses will be of the non   collapsible type        Foam transfer pump  A foam transfer pump will be provided and  mounted in a compartment on the vehicle  The pump will be  capable of transferring and drawing foam liquid concentrate at  adjustable flow rates up to 25 gpm directly through the pump and  loading connections  see 3 6 3 2   All materials and components that  come in contact with the foam will be compatible with the foam  concentrate  The pump and its plumbing will have provisions for  flushing with water from the water tank  A suitable length of hose  with appropriate connections will be provided for filling the foam  tank from an external foam storage container     Foam flushing system  The foam concentrate system will be  designed in accordance with NFPA 414 so 
65. ht side of the vehicle  mounted in the lower forward side  compartment  to provide deployment of the hose to the front of the  vehicle   3 9 Electrical System   Clarification  Electrical System shall be 12 volt  Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013    AIP 3 24 0019 048  TS 38    ADDENDUM Remarks   Exceptions  3 9 3 Battery Charger or Conditioned     Clarification   The 115 volt  20 amp connection shall be an auto ejecting type    Kussmaul Super Auto Eject or equal  located at the left side of the   cab  The matching female receptacle shall also be provided     3 9 5 6 Scene Lights   Clarification  The lights shall be 115 Volt and operate from the vehicle generator  3 9 6 2 Horn   Change  Air horn activating switch will be located in front of the driver  ONLY     Two Whelen Super LED 360  or equal  amber lights shall be  installed on the top of the vehicle s centerbody section  one on each  side  The lights shall be controlled by a single switch on the driver s  console    Justification   These lights will be used on the airfield during non   emergency responses        3 9 7 Emergency Warning Lights     Clarification  a  Two Whelen Ultra Edge  or equal  24 in  lightbars  each with a  total of eight LED assemblies shall be mounted on the vehicle s top  surface  one on each side to meet visibility requirements  Each  lightbar shall include a red LED assembly at each corn
66. icle will be capable of successfully  discharging its agents  All compartments not winterized will be  marked as such on the interior of the compartment  The marking  will state that the compartment is not winterized and cannot be used  for the storage of items capable of freezing        3 1 6    Reduction of potential foreign object damage  All loose metal parts   such as pins  will be securely attached to the vehicle with wire ropes    or chains  Removable exterior access panels  if provided  will be  attached with captive fasteners     Vehicle Mobility           3 1 6 1       Operating terrain  The vehicle will be capable of operating safely on  paved roads  graded gravel roads  cross country terrain  and sandy  soil environments  Cross country terrain consists of open fields   broken ground  and uneven terrain  An off road  high mobility  suspension system resulting in no more than 0 5 Gyms acceleration at  the driver s seat of the vehicle when traversing an 8 inch  20 cm   diameter half round at 35 mph  56 kph  must be provided  The  suspension design by which the manufacturer meets the suspension  performance requirements is at the manufacturer s discretion        3 1 6 2    3 1 6 3       Procurement of ARFF Vehicle  PUR 1189        Gradeability  The fully loaded vehicle will be able to ascend any  paved slope up to and including 50 percent     Side slope stability  The fully loaded vehicle will be stable on a 30    side slope when tested in accordance with NFPA 414    
67. imum of 2 5 inches to a maximum  of 6 inches  Reflective lettering is allowed if the material is the same  as that which is used for the reflective stripe  as specified in AC  150 5210 5      fire station  In order for the exhaust from this vehicle to be removed   it will require a vertical exhaust with a Plymovent adapter tip    3 3 4 Exhaust System   Additional  A vertical exhaust shall be supplied with a Plymovent adapter tip on  the top of the exhaust  Final exhaust height to be determined at  engineering meeting   Justification   The Plymovent system is designed to remove vehicle  exhaust from the fire station through a track system installed in the  installed     air system at a working pressure between 80 to 100 psi  The  compressor shall be wired through the vehicle shoreline connection     3 5 2 1 Compartment Doors     Clarification  All compartment doors shall be roll up type    3 5 3 SCBA Storage tubes  SCBA storage tubes shall be sized to accommodate Scott high  pressure 45 minute bottles     Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    3 3 11 2  Compressed air shoreline or vehicle mounted auxiliary  compressor     Clarification  The air system shall be supplied with an on board auxiliary air  compressor  115 volt electric motor driven  to maintain the vehicle s       TS 37    ADDENDUM Remarks   Exceptions  3 6 2 1 Water Tank Construction   C
68. include           a  Air compressor having a capacity of not less than 16 standard  cubic feet per minute  SCFM            b  Air storage reservoir s   each tank equipped with drain  bleed   valves  and with safety and check valves between the compressor  and the reservoir tank     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 11          Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 3 11    c  Automatic moisture ejector on each air storage reservoir   Manual air tank drains are acceptable if they are labeled  are  centrally located in one compartment and are accessible by an  individual standing at the side of the vehicle        d  Automatic slack adjusters on cam brakes or internal self   adjusting brakes on wedge brakes on all axles        e  Spring set parking brakes        All components of the braking system will be installed in such a  manner as to provide adequate road clearance when traveling over  uneven or rough terrain  including objects liable to strike and cause  damage to the brake system components  No part of the braking  system will extend below the bottom of wheel rims  to ensure  in  case of a flat tire  that the weight of the vehicle will be supported by  the rim and the flat tire and not be imposed on any component of the  braking system  Slack adjusters and air chambers will be located  above the bottom edge of the ax
69. ion proposal     Application   Incorporate into all contracts that exceed  25 000  which funded under the AIP   Incorporate in all contracts for auditing services regardless of the contract  amount     Reference   49 CFR Part 29   FAA Order 5100 38   ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 15    CLEAN AIR AND WATER POLLUTION CONTROL  Contractors and subcontractors agree     a  That any facility to be used in the performance of the contract or  subcontract or to benefit from the contract is not listed on the Environmental  Protection Agency  EPA  List of Violating Facilities     b  To comply with all the requirements of Section 114 of the Clean Air Act  as  amended  42 U S C  1857 et seq  and Section 308 of the Federal Water  Pollution Control Act  as amended  33 U S C  1251 et seq  relating to  inspection  monitoring  entry  reports  and information  as well as all other  requirements specified in Section 114 and Section 308 of the Acts   respectively  and all other regulations and guidelines issued thereunder     c  That  as a condition for the award of this contract  the contractor or  subcontractor will notify the awarding official of the receipt of any  communication from the EPA indicating that a facility to be used for the  performance of or benefit from the contract is under consideration to be listed  on the EPA List of Violating Facilities     d  To inc
70. is project by Washington County s Consultant  Airport Design Consultants  Inc   ADCI  of Columbia  Maryland     De PRESENTATION OF BIDS  These specifications include a set of Proposal  Forms that the Contractor shall fill out  Each proposal shall be submitted on the  forms as set forth in these specifications  accompanied by a CERTIFIED  CHECK  CASHIER S CHECK or BID BOND made payable to the Board of  County Commissioners of Washington County  These documents shall be placed  in an opaque envelope sealed and endorsed with the project name  AIP No    bidder s company name and address  name and address of the Owner receiving the  proposal  and bidder s Maryland registration number  The outside of the envelope  shall indicate   BID PROPOSAL   ARFF TRUCK PROCUREMENT  The  enclosed documents shall be complete in their entirety   All blank spaces on the  documents must be completed  in ink or typewritten   The completed documents  shall be without interlineation  alteration  or erasures  The signature of the bidder  shall be longhand  No responsibility shall be attached to any person or persons  for premature opening of bids not properly endorsed or sealed  Each bidder shall  be entirely responsible for having the proposal in the hands of the Owner at the  time and place as specified above  Otherwise  the bid will not be accepted and the  Owner shall in no way be responsible for its loss or destruction  Ample time  should be allowed for the transmittal of bids by mail  and postmark
71. issioners of Washington County  Maryland  c o Washington County Purchasing Department  Washington County Administration Building  100 West Washington Street  Room 320  Hagerstown  Maryland 21740 4748    Gentlemen Ladies     The bidder  in compliance with your invitation for bids for the project entitled  ARFF  TRUCK PROCUREMENT  at the Hagerstown Regional Airport   Richard A  Henson  Field  Washington County  MD  has examined the specifications with related documents   hereby proposes to furnish all  materials  supplies  and other necessities  in accordance  with the Contract Documents within the time set forth therein  and at the prices stated  herein  These prices are to cover all expenses incurred in performing the procurement  required under the Contract Documents  of which this proposal is a part     COMPLETION TIME     To begin the project at the time stated in the Notice to Proceed and to complete the work  in accordance with the provisions of the Contract Documents        Sign for Identification  Bidder acknowledges receipt of the following Addenda   No  Date   No  Date   No  Date    No  Date   No  Date   No  Date    A  TOTAL SUM     To furnish  materials  equipment  and services necessary to properly complete the  procurement required under the TOTAL SUM  based on the unit prices set forth in  the attached Schedule of Prices for  ARFF TRUCK PROCUREMENT  at the    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field F
72. ith Maryland Code  State Finance and Procurement Article   Paragraph 17 402  to comply with the political contribution reporting  requirements under Maryland Code  Article 33  Title 14  as amended from time to  time  to which the Bidder may be subject and requires that every person that  enters into contracts  leases  or other agreements with the State  a county  or any  incorporated municipality  or their agencies during a calendar year in which the  person receives in the aggregate  100 000 or more  shall file with the State  Administrative Board of Election Laws a statement disclosing contributions in  excess of  500 made during the reporting period to a candidate for elective office  in any primary or general election  The statement shall be filed with the State  Administrative Board of Election Laws   1  before a purchase or execution of a  lease or contract by the State  a county  an incorporated municipality or their  agencies  and shall cover the preceding two  2  calendar years  and  2  if the  contribution is made after the execution of a lease or contract  then twice a year   throughout the contract term  on   a  February 5  to cover the 6 month period  ending January 31  and  b  August 5  to cover the 6 month period ending July 31     18  PAYMENT OF COUNTY AND MUNICIPAL TAXES  Effective October 1   1993  in compliance with Section 1 106 b  3  of the Code of the Public Local  Laws of Washington County  Maryland   If a bidder has not paid all taxes owed  to the Coun
73. ized representative of the firm of   Title   whose address is and that       I am duly authorized on behalf of said firm to make this Affidavit   2  Bribery     I FURTHER DECLARE AND AFFIRM that neither I  nor  to the best of my knowledge  information  and belief  the above firm  nor any officer  director or partner of the above firm  nor any employee of  the above firm directly involved in obtaining contracts with the State of Maryland  or any county or  other subdivision of the State of Maryland  has been convicted  of bribery  attempted bribery  or  conspiracy to bribe under the laws of any state or the Federal Government  except as herein expressly  stated  if any      E As used in the word  convicted  includes an accepted plea of nolo contendere   3  Non Collusion     In connection with the firm s price proposal for the above captioned contract  as submitted to  Washington County  Maryland  I HEREBY DECLARE AND AFFIRM  to the best of my knowledge   information and belief  that     1  Said proposal has been independently prepared without collusion by any officer  director   partner  employee or other representative of this firm  with any other proposer  or with any  competitor  that    2  No attempt has been or  hereafter  will be made by any officer  director  partner  employee  or other representative of this firm to induce any other person  firm or entity to submit or not  submit a proposal  that    3  Any unit or total price in this proposal has not been knowingly dis
74. l be provided     Air hose reel  An air hose reel will be provided in an enclosed  compartment on the vehicle  The hose reel will be equipped with  200 feet of 3 8 inch I D  hoseline  A 3 8 inch National Pipe Taper   NPT  fitting and female style quick disconnect will be connected to  the end of the hoseline  A four way roller guide will be provided for  the hose reel to prevent hose chafing and kinking  The hoseline will  be equipped with a rubber ball stop to prevent hose pull through on  roller guides during rewinding operations  The hose reel will have  an electric rewind motor and provisions for manual rewind in the  event of motor failure  the manual rewind handle will be securely  stored near the hose reel  A pressure protected air supply from the  chassis air system will be connected to the hose reel  The air supply  lines will be routed with minimum bends and located or guarded  from damage from the carried equipment     Quality of Workmanship  The vehicle  including all parts and  accessories  will be fabricated in a thoroughly workmanlike manner     Particular attention will be given to freedom from blemishes  burrs   defects  and sharp edges  accuracy of dimensions  radii of fillets   and marking of parts and assemblies  thoroughness of welding   brazing  soldering  riveting  and painting  alignment of parts   tightness of fasteners  et cetera  The vehicle will be thoroughly  cleaned of all foreign matter        Procurement of ARFF Vehicle  PUR 1189  Section III T
75. l valve  a bleeder valve  a strainer  and a cap  The 2    2 inch  intake connection will have rocker lug female National Hose  threads  a quarter turn control valve  a bleeder valve  a strainer  and  a plug  The vehicle will be capable of filling its water tank by  pumping from a draft  a hydrant  or a nurse truck through either of  the intake connections without the use of a hose from a discharge  connection to a tank fill connection     Primary turret discharge nozzle  The vehicle will be equipped with a  combination dry chemical AFFF nozzle of the entrainment type on  the primary turret mounted on the front bumper     Dry chemical agent system  The vehicle will be equipped with a 450  lb minimum capacity potassium bicarbonate dry chemical auxiliary  agent system  The propellant gas cylinder will be replaceable within  fifteen minutes by two crew members standing on the ground and be  equipped with a cylinder replacement hoisting system  The  propellant gas cylinder will be secured to withstand off road  operations  A pressure indicator will be visible to any person  opening the tank fill cap  Blow down piping will be directed  beneath the vehicle  The dry chemical agent tank will include lifting  rings and will have a nameplate indicating  as a minimum  the  following           g  Type of agent required for re servicing     3 7 1 Not applicable        Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Hen
76. larification   Water tank construction shall be UV protected Polypropylene   Foam Tank Construction   Clarification    Foam tank construction shall be UV protected Polypropylene    Foam Proportioning System   Clarification  Foam proportioner shall be set for 3  AFFF foam concentrate    6 7 Preconnected handlines   Change  The nozzle shall NOT be equipped with a pistol grip  3 6 8 1 Structural Panel will include   6 8 1 b  Engine tachometer with hourmeter for pump operations    ADD   2    3  3  3  3    6 8 1 e    A Digital indicator for pump suction   30 inches Hg vacuum to 600   Clarification   3 6 8 1    A Digital indicator for pump pressure 0 to 600  Clarification     ADD A separate means other than the tachometer shall be provided that   6 8 1 k    will allow for the manual checking of the pump engine speed   ADD An indicator light that warns the operator not to open the throttle   6 8 1 1    unless the vehicle is safely engaged in pump mode   3 6 8 2 c    Discharge Connections   Additional  Each connection shall also be equipped with a 30 degree elbow  3    6 8 2 d    Intake Connections   Additional  The 4 1 2  intake connection shall be equipped with a 30 degree 4 1    3  3     2 NHT x 4  Storz fitting with blind cap and chain        3 7 Dry Chemical Hose Reel  Clarification  The handline for dry chemical shall be a compartment mounted  swing out hose reel equipped with 100 ft  of one inch dual agent  twinned type booster hose  This handline shall be provided on the  rig
77. le carrier        3 3 11 1    Air dryer  A replaceable cartridge desiccant air dryer will be  installed in the air brake system  The dryer will have the capability  of removing not less than 95 percent of the moisture in the air being  dried  The dryer will have a filter to screen out oil and solid  contaminants  The dryer will have an automatic self cleaning cycle  and a thermostatically controlled heater to prevent icing of the  purge valve        3 3 11 2    Compressed _air__shoreline or __vehicle mounted auxiliary air  compressor  A flush mounted  check valved  auto eject compressed    air shoreline connection will be provided to maintain brake system  pressure while the vehicle is not running  The shoreline will be  flush mounted  not to extend outside the body line   located on the  exterior of the vehicle  either on the left side rear corner of the cab   or at the rear of the vehicle  In lieu of a compressed air shoreline  connection  the vehicle may be equipped with a 110 volt shoreline  connected vehicle mounted auxiliary air compressor  In lieu of a  compressed air shoreline connection  the vehicle may be equipped  with an electrical shoreline connected vehicle mounted auxiliary air  compressor        3 3 12    Steering  The vehicle will be equipped with power steering  Rear   wheel steering technology is not an approved vehicle option        3 3 12 1          Steering effort  The steering system performance will be in  accordance with NFPA 414           Procurement
78. ligations  it is  determined that the contractor had not so failed  the termination shall be  deemed to have been effected for the convenience of the Sponsor  In such  event  adjustment in the contract price shall be made as provided in  paragraph 2 of this clause     e The rights and remedies of the sponsor provided in this clause are in  addition to any other rights and remedies provided by law or under this  contract     Application  Incorporate into all procurement contracts that funded by AIP funds that exceed   10 000     Reference  49 CFR Part 18 36 i   2   FAA Order 5100 38    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 14    CERTIFICATION REGARDING DEBAREMENT  SUSPENSION  INELIGIBILITY  AND VOLUNTARY EXCLUSION    The bidder offeror certifies  by submission of this proposal or acceptance of this  contract  that neither it nor its principals is presently debarred  suspended   proposed for debarment  declared ineligible  or voluntarily excluded from  participation in this transaction by any Federal department or agency  It further  agrees by submitting this proposal that it will include this clause without  modification in all lower tier transactions  solicitations  proposals  contracts  and  subcontracts  Where the bidder offeror contractor or any lower tier participant is  unable to certify to this statement  it shall attach an explanation to this  solicitat
79. line will be provided for operation by both the  driver and the turret operator        In addition  the vehicle will be equipped with the following  handline  100 feet of twinned 1 inch dry chemical foam water hose  on a reel        Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 20       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions       Structural fire fighting capability  The vehicle will be equipped with  an agent system structural control panel  on the left side of the  vehicle  operable while standing on the ground  Structural panel  activation will be interlocked to operate only with the vehicle  parking brakes set and the transmission in neutral position  Controls  and instruments will be grouped by function  The control panel will  be hinged or accessible from the rear for maintenance  Instruments  will be lighted for night operation     3 6 8 1 The structural panel will include  as a minimum  the following   a  Panel activation switch  including the panel lights        b  Engine tachometer  c  Engine oil pressure gauge with low pressure warning light    d  Engine coolant temperature gauge with high temperature warning  light     e  A liquid filled gauge  or digital indicator for pump suction   30  inches Hg vacuum to 600 psi     f  A liquid filled gauge  or digital indicator for pump pressure  0 to 7  600 psi     h 
80. lity  including coverage for all leased  owned  non owned and hired vehicles     Minimum Limits Required    1 000 000 combined single limit for Bodily Injury or Property Damage     Certificate s  of Insurance  The Contractor shall provide certificates of insurance requiring a 30 day  notice of cancellation to the Insurance Department  Board of County Commissioners of Washington  County prior to the start of the applicable project     Approval of the insurance by the County shall not in any way relieve or decrease the liability of the  Contractor  It is expressly understood that the County does not in any way represent that the specified  limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or  liabilities of the Contractor     All responsibility for payment of any sums resulting from any deductible provisions  corridor  or self   insured retention conditions of the policy or policies shall remain with the Contractor     General Indemnity  The Contractor shall indemnify  defend and save harmless the Board of County  Commissioners of Washington County  its appointed or elected officials  commission members   employees and agents for any and all suits  legal actions  administrative proceedings  claims  demands   damages  liabilities  interest  attorneys fees  costs and expenses of whatsoever kind of nature  whether  arising before or after final acceptance and in any manner directly or indirectly caused  occasioned or  contributed to
81. lows     1 1 Compliance with Regulations  The contractor shall comply with the  Regulations relative to nondiscrimination in federally assisted programs of  the Department of Transportation  hereinafter   DOT   Title 49  Code of  Federal Regulations  Part 21  as they may be amended from time to time   hereinafter referred to as the Regulations   which are herein incorporated  by reference and made a part of this contract     1 2 Nondiscrimination  The contractor  with regard to the work  performed by it during the contract  shall not discriminate on the grounds  of race  color  or national origin in the selection and retention of  subcontractors  including procurements of materials and leases of  equipment  The contractor shall not participate either directly or indirectly  in the discrimination prohibited by section 21 5 of the Regulations   including employment practices when the contract covers a program set  forth in Appendix B of the Regulations     1 3 Solicitations for Subcontracts  Including Procurements of  Materials and Equipment  In all solicitations either by competitive  bidding or negotiation made by the contractor for work to be performed  under a subcontract  including procurements of materials or leases of  equipment  each potential subcontractor or supplier shall be notified by the  contractor of the contractor s obligations under this contract and the  Regulations relative to nondiscrimination on the grounds of race  color  or  national origin     1 4 Infor
82. ls requiring special accommodations are requested to  contact the undersigned at 240 313 2330 Voice  TTY Dial 711 to make arrangements no  later than seven  7  calendar days prior to the Pre Bid Conference and or Bid Opening     Funding for the procurement of this vehicle through the Federal Aviation  Administration  FAA  Airport Improvement Program  AIP  is anticipated     BY THE AUTHORITY OF     rea NO    Karen R  Luther  CPPO  Purchasing Director    BOARD OF COUNTY COMMISSIONERS  OF WASHINGTON COUNTY  MARYLAND    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 3    ONE  1  NEW AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  TRUCK  PROCUREMENT  HAGERSTOWN REGIONAL AIRPORT   RICHARD A  HENSON FIELD  WASHINGTON COUNTY  MARYLAND    INSTRUCTIONS TO BIDDERS    To be considered  Proposals must be made in accordance with these Instructions to  Bidders     1  SEALED PROPOSALS  Sealed proposals must be received and time stamped  at the Washington County Purchasing Department at the County Administration  Building  100 West Washington Street  Room 320  Hagerstown  Maryland 21740   4748  no later than 2 00 P M   local time on Monday  March 4  2013 at which  time they will be publicly opened and read aloud in the Third Floor  Conference Room 325  Bids received after this time will be returned unopened   The sealed proposals will be in accordance with the specifications prepared for  th
83. lude or cause to be included in any construction contract or  subcontract which exceeds   100 000 the aforementioned criteria and  requirements     Application  Incorporate in all contracts and subcontracts that exceed  100 000     Reference   49 CFR Part 18 36 i  12    Section 306 of the Clean Air Act  Section 508 of the Clean Water Act    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 16    SPECIFICATION    FOR    AIRPORT RESCUE AND FIRE FIGHTING  ARFF  VEHICLE    FOR  HAGERSTOWN REGIONAL   RICHARD A HENSON FIELD  WITH AGENT CAPACITIES OF  1500 GALLONS OF WATER    210 GALLONS OF AQUEOUS FILM FORMING FOAM  AFFF   CONCENTRATE    450 POUNDS OF PURPLE K    This specification covers a latest model year  all wheel drive  diesel powered ARFF vehicle having a  mechanical foam water system designed for extinguishing flammable and combustible liquid fuel fires  The  specified dry chemical complimentary agent system is an addition to the basic vehicle as dictated by local  operational needs  The primary function of the vehicle described in this specification is to provide an  optimum level of ARFF suppression capability throughout the critical rescue and firefighting access area for  the lowest practical cost  Vehicles complying with this specification meet the ARFF vehicle requirements of  FAR Part 139 Index B  However  it is also intended that this vehicle be suitable for oth
84. mation and Reports  The contractor shall provide all information  and reports required by the Regulations or directives issued pursuant  thereto and shall permit access to its books  records  accounts  other  sources of information  and its facilities as may be determined by the  Sponsor or the Federal Aviation Administration  FAA  to be pertinent to  ascertain compliance with such Regulations  orders  and instructions   Where any information required of a contractor is in the exclusive  possession of another who fails or refuses to furnish this information  the  contractor shall so certify to the sponsor or the FAA  as appropriate  and  shall set forth what efforts it has made to obtain the information     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    1 5 Sanctions for Noncompliance  In the event of the contractor s  noncompliance with the nondiscrimination provisions of this contract  the  sponsor shall impose such contract sanctions as it or the FAA may  determine to be appropriate  including  but not limited to     a  Withholding of payments to the contractor under the contract until  the contractor complies  and or   b  Cancellation  termination  or suspension of the contract  in whole or   in part     1 6 Incorporation of Provisions  The contractor shall include the  provisions of paragraphs 1 through 5 in every subcontract  including  procurements of materials an
85. meeting     Radio Circuit     Additional   A fire Com headset intercom system  with wireless headsets for  three crew members with interface for the Com and Motorola  radios shall be installed  The driver and turret operators headsets   shall have transmit  receive and intercom capability  The third crew  member shall have receive and intercom only  no transmit capability     A full pump panel station with transmit  receive and intercom  capability shall be provided at the structural panel  Additionally  a  full station with transmit  receive and intercom capability shall be  provided at the left rear of the vehicle    Justification   The Headset system provides hearing protection for  the crews while travelling to an incident scene and also allows for  clear communications while operating on the emergency incident     Auxiliary Generator   Clarification  The auxiliary generator shall be a 10 KW hydraulic       Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 40    ADDENDUM Remarks   Exceptions    ae Supplementary  Agent    a  A total of two tanks of foam shall be supplied with the vehicle   The foam shall be 3  AFFF and conforming to Mil F 24385  shipped in fifty five gallon containers  The manufacturer of the foam  supplied must be registered on the QPL listing     b  A total of 900 pounds of PKW  Vivid Purple K  dry chemical  with funnel for easy recha
86. mounted in the top of the tank readily accessible to at least  two crew members on top of the vehicle  The top fill trough will  incorporate a cover  latch  and sealed so as to prevent spillage under  any operating condition  The top fill trough will be designed to  allow two standard 5 gallon foam concentrate containers to be  emptied simultaneously  The top fill trough neck will extend  sufficiently close to the bottom of the tank to reduce foaming to a  minimum during the fill operation  The top fill trough will  incorporate readily removable  rigidly constructed 10 mesh  stainless steel  brass or polyethylene strainers  All components in  and around the top fill trough will be constructed of materials that  resist all forms of deterioration that could be caused by the foam  concentrate or water           Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 18       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions          Foam tank fill connections  The foam tank will incorporate a 1 5   inch National Hose thread female hose connection on both sides of  the vehicle to permit filling by an external transfer hose at flow rates  up to 25 gpm  The connections will be provided with chained on  long handled plugs or rocker lug plugs  The top of the connections  will be no higher than 48 inches above the ground and readily  accessible  T
87. n the parts lists  All purchased parts will be  cross referenced with the original equipment manufacturer s  OEM   name and part number  The parts identification manual will provide  the description and quantity of each item used for each vehicle  The  size  thread dimensions  torque specifications  and special  characteristics will be provided for all nonstandard nuts  bolts   screws  washers  grease fittings  and similar items  The manual will  contain a numerical index  The parts manual will contain a list of all  of the component vendor names  addresses  and telephone numbers  referenced in the parts list           Painting  plating  and corrosion control        3 1 2 1    Finish  Exterior surfaces will be prepared  primed  and painted in  accordance with all of the paint manufacturer s instructions and  recommendations  Vehicles will be painted and marked in  accordance with AC 150 5210 5  Painting  Marking  and Lighting  of Vehicles Used on an Airport  The interior finish of all  compartments will be based on the manufacturer s standard  production practice  This may include painting  texturing  coating or  machine swirling as determined by the manufacturer  All bright  metal and anodized parts  such as mirrors  horns  light bezels  tread  plates  and roll up compartment doors  will not be painted  All other  surfaces capable of being painted must be in the appropriate yellow   green color        3 1 2 2    Dissimilar metals  Dissimilar metals  as defined in MIL STD 889
88. ncipal shall pay the County for any  cost of procuring the work which exceeds the amount of its Bid  then the above  obligation shall be void and of no effect     The surety executing this instrument hereby agrees that its obligation shall not be  impaired by any extension s  of the time for acceptance of the Bid that the Principal may  grant to the County notice of which extension s  apply only with respect to extensions  aggregating not more than one hundred twenty  120  calendar days in addition to the  period originally allowed for acceptance of the Bid                 In presence of Individual Principal  Witness as to   Seal    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 14    In presence of    Co Partnership Principal                                        Witness  Seal   Name of Co Partnership  as to By   Seal   as to By   Seal   as to By   Seal   Corporate Principal  AFFIX   By  Corporate President  Seal   Surety  ATTEST   Title        Signature President    Signature Bonding Agent   s Name          Business Address of Surety          Agent   s Address          ARFF Truck Procurement  PUR 1189   Hagerstown Regional Airport   Richard A  Henson Field  AIP 3 24 0019 048    Contract Forms  February 2013  Bid Documents    CF 15    PAYMENT BOND  Board of County Commissioners of Washington County  Maryland    BOND NO  CONTRACT NO  PUR 1189       Date Bond Executed
89. nd transmission parts   service and operator s manuals will be packed with each vehicle           a  The contractor will provide digitized manuals in CD format when  requested in addition to or in place of printed paper copies        b  The contractor will provide two complete sets of hardcopy  manuals and   or CDs when requested        3 1 1 1 1       Operator s manual  The operator s manual will include all  information required for the safe and efficient operation of the  vehicle  including fire extinguishing systems  equipment  and any  special attachments or auxiliary support equipment  As a minimum   the operator s manual will include the following        a  The location and function of all controls and instruments will  be illustrated and functionally described        b  Safety information that is consistent with the safety standards  established by the Occupational Safety and Health Administration   OSHA  and NFPA        c  All operational and inspection checks and adjustments in  preparation for placing the vehicle into service upon receipt from  the manufacturer        d  Tie down procedures for transport on a low boy trailer        e  Warranty information and the period of the warranty coverage for  the complete vehicle and for any component warranty that exceeds  the warranty of the complete vehicle  Addresses and telephone  numbers will be provided for all warranty providers        f  General description and necessary step by step instructions for  the operation 
90. ng  the corporation   s name to be set forth below  a duly authorized representative of  the corporation to affix below the corporation   s seal and to attach hereto a notarized corporate  resolution or power of attorney authorizing such action  and each such duly authorized representative  to sign below and to set forth below his or her title as a representative of the corporation  If any  individual acts as a witness to any signature below  then each such individual has signed below and has  set forth below his or her title as a witness  All of the above has been done as of the Date of Bond  shown above     Signed  and sealed this day of   2013  in three counterparts each  of which shall without proof of accounting for the other counterparts be deemed an original hereof                    WITNESS     Typed Name of Principal    BY     SEAL     Typed Name and Title   ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 20    WITNESS         Typed Name of Surety     BY            SEAL         Typed Name and Title         Name of Local Agent      Telephone Number of Local Agent     Revised 3 30 98    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 21    BIDDER S AFFIDAVIT          1  Authorized Representative   I HEREBY DECLARE AND AFFIRM that I am the and duly  author
91. nterest of the Contractor to be thoroughly familiar himself herself with the bid  document prior to the pre bid conference     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 1    BID NO  PUR   1189    INVITATION TO BID  ONE  1  NEW AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  TRUCK  PROCUREMENT  HAGERSTOWN REGIONAL AIRPORT   RICHARD A  HENSON FIELD  AIP 3 24 0019 048    The Board of County Commissioners of Washington County  Hagerstown  Maryland   hereinafter the  Owner   will receive sealed bids for the project titled    ARFF Truck  Procurement    at the Hagerstown Regional Airport   Richard A  Henson Field   Washington County  Maryland  Bids must be received and time stamped at the  Washington County Purchasing Department  Washington County Administration  Building  100 West Washington Street  Room 320  Third Floor  Hagerstown  Maryland   21740 4748  no later than 2 00 P M   local time on Monday  March 4  2013 at which  time they will be publicly opened and read aloud in Conference Room 325  Bids  received after this time will be returned unopened     NOTE  All Bidders must enter the County Administration Building through the  front door  100 West Washington Street entrance  and must use the elevator to get  to the Purchasing Department to submit their bid  Alternate routes are now  controlled by a door access system        Bid documents are available immediately from t
92. o the characteristics section of this PS will be provided   The offeror contractor will provide two copies of their commercial  descriptive catalogs with their offer as supporting reference to the  itemized technical proposal  The offeror contractor will identify all  modifications made to their commercial model in order to comply  with the requirements herein  The vehicle furnished will comply  with the  commercial item  definition of FAR 2 101 as of the date  of award  The purchaser reserves the right to require the  offeror contractor to prove that their product complies with the  referenced commerciality requirements and each  conformance performance characteristics of this PS     Inspection requirements     General inspection requirements  Apparatus used in conjunction  with the inspections specified herein will be laboratory precision  type  calibrated at proper intervals to ensure laboratory accuracy              Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 29       5  PRODUCT CONFORMANCE PROVISIONS  Remarks   Exceptions       vehicle will be closely observed for the following conditions  which  will be cause for rejection     a  Failure to conform to design or performance requirements  specified herein or in the contractor s technical proposal     b  Any spillage or leakage of any liquid  including fuel  coolant   lubricant  or hydraulic fluid
93. od cause  following written approval of the County  This clause applies to both DBE and  non DBE subcontractors     Application   The contract assurance clause shall be incorporated verbatim  The prompt  payment clause represents sample language that meets the requirements of 49  CFR Part 26 29  Recipients should refer to the language included their approved  DBE program    Reference  49 CFR Part 26    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 8    ENERGY CONSERVATION REQUIREMENTS    The contractor agrees to comply with mandatory standards and policies relating  to energy efficiency that are contained in the state energy conservation plan  issued in compliance with the Energy Policy and Conservation Act  Public Law  94 163     Application  The regulation does not prescribe the language for the requirement  The above  clause represents sample language that meets the intent of 49 CFR Part  18 36 i  13     Reference  49 CFR Part 18 36  Public Law 94 163    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 9    BREACH OF CONTRACT TERMS    Any violation or breach of terms of this contract on the part of the contractor or  their subcontractors may result in the suspension or termination of this contract  or such other action that may be necessary to enforce the righ
94. of the vehicle and its fire extinguishing system s   and auxiliary equipment        g  A description of the post operational procedures  draining   flushing  re servicing  et cetera         h  Daily maintenance inspection checklists that the operator is  expected to perform  including basic troubleshooting procedures        i  Disabled vehicle towing procedures           j  Procedures and equipment required for changing a tire           Procurement of ARFF Vehicle  PUR 1189     Hagerstown Regional Airport     Richard A  Henson Field  AIP 3 24 0019 048    TS 3    Section III Technical Specifications    February 2013          3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS       Remarks   Exceptions       3 1 1 1 1    k  Schedules  hours  miles  time periods  for required  preventative maintenance and required periodic maintenance           Line art drawing of the vehicle  including panoramic views  front   rear  left  and right sides  showing basic dimensions and weights   total vehicle and individual axle weight for the unloaded and fully  loaded vehicle   For the purposes of this AC   unloaded  is defined  as a lack of agent  occupants and compartment load  and  loaded  is  defined as including agent  occupants and compartment load        3 1 1 1 2       Service manual  The service manual will identify all special tools  and test equipment required to perform servicing  inspection  and  testing  The manual will cover troubleshooting and maintenance as  well as minor and m
95. opening may be incorporated as  part of the manhole cover  and will be sized to accommodate a 21   2   inch fill hose        Water tank fill connections  The water tank will incorporate  National Hose thread connections and will be in accordance with  NFPA 414  If the vehicle is fitted with the  structural fire fighting  capability option   the additional requirements listed in paragraph  3 6 8 must be incorporated        Foam system   NOTE  The requirements of section 3 6 3 do not  apply to pre mixed pressurized foam systems      Foam concentrate tank  The foam concentrate tank s  will have a  manufacturer certified working capacity sufficient for two tanks of  water at the maximum tolerance specified in NFPA 412  Standard  for Evaluating Aircraft Rescue and Fire Fighting Foam Equipment  for 3 to 6 percent foam concentrate  i e   7 0 percent      Foam tank construction  The foam tank will be constructed of  passivated stainless steel  polypropylene  or GRP construction  All  materials used will be capable of storing foam concentrate     Foam tank drain  The foam tank will incorporate a drain and drain  valve  The valve will be on the left side of the vehicle and  controlled by a crew member standing on the ground  The drain line  will have a minimum 1    inch I D  The foam tank drain outlet will  be located so that the contents of the tank can be drained into 5   gallon cans and 55 gallon drums     Foam tank top fill trough  The foam tank will incorporate a top fill  trough 
96. or   State of  County  City of   On this day of   2013  before me  the  undersigned officer  personally appeared   known to me to be the person       described in the foregoing Affidavit and acknowledged that he  she  executed the same in the capacity  therein stated and for the purposes therein contained     In witness whereof  I hereunto set my hand and official seal     NOTARY PUBLIC  My commission expires NOTARY SEAL  ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 23    FORM OF NON COLLUSION AFFIDAVIT    State of Maryland      SS   County of       Bid Identification     AIRCRAFT RESCUE AND FIRE FIGHTING  ARFF  TRUCK  PROCUREMENT    at the Hagerstown Regional Airport  FAA AIP No  3 24 0019 048 at  Hagerstown Regional Airport   Richard A  Henson Field  Washington County  Maryland        Contractor     gt     Firm Name   Officer s Name   being first duly sworn  deposes and says that he is  sole owner  a partner   president  secretary  etc   of   the party making the foregoing bid        that such bid is not made in the interest of or on behalf of any undisclosed person  partnership   company  association  organization  or corporation  that such bid is genuine and not collusive or sham   that said bidder has not directly or indirectly induced or solicited any other bidder to put in a false or  sham bid  and has not directly or indirectly colluded  conspired  connived 
97. or execution of a  contract  certifies that it     a  is not owned or controlled by one or more citizens of a foreign  country included in the list of countries that discriminate against U S   firms published by the Office of the United States Trade  Representative  USTR      b  has not knowingly entered into any contract or subcontract for this  project with a person that is a citizen or national of a foreign country on  said list  or is owned or controlled directly or indirectly by one or more  citizens or nationals of a foreign country on said list     c  has not procured any product nor subcontracted for the supply of  any product for use on the project that is produced in a foreign country  on said list     Unless the restrictions of this clause are waived by the Secretary of  Transportation in accordance with 49 CFR 30 17  no contract shall be awarded to  a contractor or subcontractor who is unable to certify to the above  If the  contractor knowingly procures or subcontracts for the supply of any product or  service of a foreign country on said list for use on the project  the Federal  Aviation Administration may direct through the Sponsor cancellation of the  contract at no cost to the Government     Further  the contractor agrees that  if awarded a contract resulting from this  solicitation  it will incorporate this provision for certification without modification in  each contract and in all lower tier subcontracts  The contractor may rely on the  certification of a
98. ositions  The vehicle will be equipped with  tubeless steel belted radial tires with non directional on off road  type tread mounted on disc wheel assemblies  Tire and wheel  assemblies will be identical at all positions  Tires and wheels will be  certified by the manufacturer for not less than 25 miles of  continuous operation at 60 mph at the normal operational inflation  pressure  A spare tire and wheel assembly will be provided   however  the spare tire and wheel assembly are not required to be  mounted on the vehicle  Tires will be new  Retreads  recaps  or re   grooved tires will not be permitted    Tire bead locks  where justified  may be installed on all tires and  rims           JUSTIFICATION                         ADO FAA Approval              3 3 10    3 3 11       Procurement of ARFF Vehicle  PUR 1189     Towing Connections  The vehicle will be equipped with towing  connections in accordance with NFPA 414  The vehicle will be  designed for flat towing  the capability to lift and tow the vehicle is  not required  The tow connections may intrude into the 30 degree  approach angle        Brake system  The vehicle will be equipped with a multi channel  all wheel anti lock brake system with at least one channel for each  axle  The brakes will be automatic  self adjusting and fully air   actuated  Brakes will be in accordance with CFR 49 CFR 393 40  through 393 42 b    393 43  and 393 43 through 393 52  The  braking system  complete with all necessary components will  
99. rator  Siren activating foot switches will be located in  front of the driver and the turret operator  The siren speaker will be  rated at 100 watts minimum and will be located in a guarded  position as low and as far forward on the vehicle as practical     3 9 6 2 Horn  Dual forward facing air horns will be installed in protected  locations near the front of the vehicle  Air horn activating foot  switches will be located in front of the driver and the turret operator     360   visibility  A switch will be provided on the instrument panel to  control all of the top  side  front and rear emergency warning lights   A switch will also be provided on the instrument panel to disable all  lower emergency warning lights when desired  All lighting systems  will meet NFPA 414 emergency lighting criteria     3 9 7 1 Emergency warning light color  All emergency warning lights will  meet the requirements of AC 150 5210 5     Headlight flashing svstem  A high beam  alternating flashing   headlight system will be provided  The headlight flasher will be  separately switched from the warning light panel  All emergency  warning lights will meet the requirements of AC 150 5210 S     3 9 7 Emergency warning lights  All emergency warning lights must meet  the requirements of AC 150 5210 5  Where applicable  LED lights  will be used as the primary light type  Lighting units will be  installed on the top front  sides  and rear of the vehicle to provide          Procurement of ARFF Vehicle  PUR 118
100. rging shall be supplied with vehicle     c  One fully charged nitrogen bottle shall be supplied  The quantity  of nitrogen provided shall be such that it will provide a complete  discharge of the dry chemical agent powder plus perform a  blowdown operation  One spare bottle with carrier for re servicing  shall also be provided     Justification   One additional tank of Purple K and AFFF are  required to replenish supplies as a result of FAA required testing   Foam tests are required quarterly and dry chemical test required bi   annually  The spare nitrogen cylinder is to allow firefighters to place  the system back in service immediately after use     a  Preconstruction Conference   In order to insure compliance with the contract specifications  the  Successful bidder will be required to provide a representative to  travel to Hagerstown Regional Airport for a pre construction  conference within thirty 30  calendar days after receipt of order     b  Factory Inspection Visit   A factory inspection of the completed vehicle shall be provided at no  cost to the Airport  Bid Price shall include airfare  meals and three   3  days and two  2  nights lodging for two  2  Airport  representatives     Justification   A preconstruction conference is critical to assuring  we will receive the product we have ordered from the factory  All  the minute details can be worked out  The factory inspection allows  HGR to inspect the apparatus and have all necessary discrepancies  attended to at the
101. riod during which Federal assistance is extended to the airport a  program  except where Federal assistance is to provide  or is in the  form of personal property or real property or interest therein or  structures or improvements thereon  In these cases the provision  obligates the party or any transferee for the longer of the following  periods   a  the period during which the property is used by the airport  sponsor or any transferee for a purpose for which Federal assistance is  extended  or for another purpose involving the provision of similar  services or benefits or  b  the period during which the airport sponsor  or any transferee retains ownership or possession of the property  In  the case of contractors  this provision binds the contractors from the  bid solicitation period through the completion of the contract  This  provision is in addition to that required of Title VI of the Civil Rights Act  of 1964     Application  Incorporate in all contracts funded under AIP    Reference   Airport and Airway Improvement Act of 1982  Section 520  Title 49 47123   AC 150 5100 15  Para  10 c     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 5    LOBBYING AND INFLUENCING FEDERAL EMPLOYEES     1  No Federal appropriated funds shall be paid  by or on behalf of the  contractor  to any person for influencing or attempting to influence an officer or  employee of any agency 
102. s indicating the  date of mailing will not be considered as evidence of intent to submit bids in  proper time for the opening  The Board of County Commissioners of Washington  County  Maryland  reserves the right to accept or reject any or all bids  to waive  formalities  informalities and technicalities therein  The Board reserves the right  to contact a Bidder for clarifications and may  at its sole discretion  allow a Bidder  to correct any and all formalities  informalities and technicalities in the best  interest of Washington County     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 4    3  DOCUMENTS  Bid documents are available immediately from the Washington  County Website  www washco md bet by accessing the    Purchasing  amp   Engineering Department Bid Listing    or may be obtained from     Washington County Purchasing Department  Washington County Administration Building  100 West Washington Street  Room 320  Hagerstown  Maryland 21740 4748    4  WITHDRAWAL OF BIDS  A bid may be withdrawn by written or telegraphic  request subsequently confirmed in writing provided that such request is received  prior to the time of opening bids as stated above  However  the Owner will not be  held responsible for the timely receipt of any request for ample time for delivery  before the bid opening  No bid received can be withdrawn by any bidder for a  period of one hundr
103. shington County Policy No  P 4     Insurance  Requirements for Independent Contractors is attached     ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 8    POLICY TITLE  Insurance Requirements for    Independent Contractors       POLICY NUMBER  P 4   ADOPTION DATE  August 29  1989  EFFECTIVE DATE  September 1  1989  FILING INSTRUCTIONS    I  PURPOSE    To protect Washington County against liability  loss or expense due to damaged property  injury  to or death of any person or persons and for care and loss of services arising in any way  out of   or in connection with or resulting from the work or service performed on behalf of Washington       County   Il  ACTION  The following should be inserted in all Independent Contractor Contracts    The Contractor shall procure and maintain at his sole expense and until final acceptance of the  work by the County  insurance as hereinafter enumerated in policies written by insurance  companies admitted in the State of Maryland  have A M  Best rating of A  or better or its  equivalent  and acceptable to the County    l  Workers Compensation  The Contractor agrees to comply with Workers Compensation  laws of the State of Maryland and to maintain a Workers Compensation and Employers  Liability Policy   Minimum Limits Required   Workers Compensation   Statutory  Employers Liability    100 000  Each Accident    500 000  Disease   Polic
104. son Field February 2013  AIP 3 24 0019 048   TS 22       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS          Dry chemical hose reel  A hose reel  equipped with at least 100 feet  of dry chemical hose  will be mounted in a compartment  Handline  agent and purge controls will be mounted in or adjacent to the  compartment  All electrical components will be sealed against entry  of water  The hose reel will have both electric and manual rewind  provisions  The manual rewind handle will be bracket mounted and  stored in the compartment  A quick acting control will be provided  to activate the handline from the cab of the vehicle     Not applicable     Electrical systems and warning devices  The vehicle will have a 12   volt or 24 volt electrical and starting system in accordance with  NFPA 414     Alternator  An appropriate charging system  in accordance with  NFPA 414  will be provided  The minimum continuous electrical  load will include operation of the air conditioning system     Batteries  Batteries will be of the maintenance free type  addition of  water will not be required during normal service life  The battery  cover and vent system will be designed to prevent electrolyte loss  during service and to keep the top of the battery free from  electrolyte     Battery compartment  The batteries will be enclosed in a  weatherproof enclosure  cover  or compartment and be readily  accessible     Battery charger or conditioner  The vehicle will have a DC taper  type battery
105. t  cable pull through during rewinding operations  A four way roller  guide will be provided on the cable reel to prevent chafing of cable  insulation  The cable reel will have an electric rewind motor with  provisions for manual rewind in the event of motor failure  the  manual rewind handle will be securely stored near the cable reel  A  portable weatherproof duplex outlet box  with built in circuit  breakers and twist lock receptacles  will be provided for on the  cable end  The cable reel will be powered by the auxiliary  generator     Auxiliarv generator  A minimum 10 kilowatt  kW   continuous  rating   120 240 volt  60 hertz  diesel  hydraulic  or split shaft  Power Takeoff  PTO  driven generator will be provided     Line voltage electrical system           Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 26       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions    3 10 1 Electrical shoreline connection  The battery charger conditioner will  be powered from a covered  polarized  insulated  labeled  recessed   flush mounted   male  110 volt AC auto eject receptacle  The  connection will be located on the exterior of the vehicle at the rear          or on either side of the cab  A weatherproof charge meter will be  installed next to the receptacle  A 15 amp rated  110 120 volt  AC  straight blade  non twist lock  connector wil
106. t to provide an average  minimum illumination of 1 0 footcandle will be provided in each  compartment greater than 4 0 cubic feet and having an opening  greater than 144 square inches  Where a shelf is provided  this  illumination will be provided both above and below the shelf  All  compartments will be provided with weatherproof lights that are  switched to automatically illuminate when compartment doors are  opened and the vehicle master switch is in the  on  position  Light  switches will be of the magnetic  non mechanical  type        Ladder  step  walkway  and area lights  Non glare white or amber  lighting will be provided at ladders and access steps where  personnel work or climb during night operations  In addition   ground lighting will be provided  Ground lights will be activated  when the parking brake is set in accordance with AC 150 5220 10   Guide Specification for Aircraft Rescue and Fire Fighting  ARFF   Vehicles  These area lights will be controlled with three way  switches on the cab instrument panel and near the light sources  The  switch located in the cab will be a master switch and must be turned  on before auxiliary switches near the light sources are operational        Spot Floodlights  Two spot floodlights will be attached at the end of  the primary turret or at the end of the HRET assembly  The lights  will illuminate the area covered by the turret  Both lights will be  controlled from switches in the cab  LED lights will be used     Flood Lights  T
107. that the system can be  readily flushed with clear water        Foam concentrate piping  All metallic surfaces of the piping and  associated components that come into contact with the foam  concentrate will be of brass  bronze  or passivated stainless steel   The foam concentrate piping will be in accordance with NFPA 414           Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 19       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions          Foam proportioning system  The vehicle will have a foam  proportioning system for Aqueous Film Forming Foam  AFFF    whether 3  or 6 percent foam concentrate  in accordance with  NFPA 414  If a fixed orifice plate system is used  a plate will be  provided for each percentage foam concentrate  the additional plate  will be securely mounted in a protected location on the vehicle  A  fire vehicle mechanic will be able to interchange the plates using  common hand tools     Primary vehicle turret  The vehicle will be equipped with a standard  roof mounted turret  high reach extendable turret  and or high flow  bumper mounted turret to serve as the primary source of agent  delivery  as specified below        Roof turret  The roof turret will be mounted near the front of the  roof of the vehicle  It will have a non air aspirating  constant flow   variable stream nozzle with dual flow rates for fo
108. the Contract     WHEREAS  it is one of the conditions precedent to the final award of the Contract that these  presents be executed     NOW  THEREFORE  the condition of this obligation is such that if the Principal shall  promptly make payment to all claimants as hereinafter defined  for all labor and materials furnished   supplied and reasonably required for use in the performance of the Contract  then this obligation shall  be null and void  otherwise it shall remain in full force and effect  subject to the following conditions     I  A Claimant is defined to be any and all of those persons supplying labor and materials   including lessors of the equipment to the extent of the fair market value thereof  to the  Principal or its subcontractors and sub subcontractors in the procurement of the equipment    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    CF 16    provided for the Contract  entitled to the protection provided by Md  Code Ann   State Finance  and Procurement Article       17 101  et seq   as from time to time amended     2s The above named Principal and Surety hereby jointly and severally agree with the County that  every claimant as herein defined  who has not been paid in full may  pursuant to and when in  compliance with the provisions of the aforesaid State Finance and Procurement Article       17   101  et seq   sue on this Bond for the use of such claim
109. ts    Buy American Preference     Title 49 USC  Chapter 501 00    eee eeeeeeeeeeeeeeeteeeeeees F 1 2   Civil Rights Act of 1964  Title VI     Contractor Contractual Requirements                 F 3 4  Airport and Airway Improvement Act of 1982  Section 520       General Civil Rights Provisions   Title 49 USC 47123 eee eeeeeeseeeneceseeteeeeenees F 5   Lobbying and Influencing Federal Employees     49 CFR Part 20 0    eeceeeeeeseeeeees F 6   Access to Records and Reports     49 CFR Part 18 36 00    ceecceesceceseeeceeceeceeeeeeeeeeeeneaeeees F 7   Disadvantaged Business Enterprises     49 CFR Part 26 00 00    eeceeeseceseceseeeseeesaeeneetees F 8   Energy Conservation Requirements     49 CFR Part 18 36 00    cceceesseceseceseeeeeeeeeeenaeenes F 9   Breach of Contract Terms     49 CFR Part 18 36 000 0    ceeeeseeseeceseeeseeeeseeeeneecneeeseensees F 10   Rights to Inventions     49 CFR Part 18 36 sical i dene cis Ges eae es F 11   Trade Restriction Clause     49 CFR Part 30 13  a i0  seen tee being F 12 13   Termination of Contract     49 CFR Part 18 36 00    ceeceesceeseceseeeseeeeseecsaeeneesseeesaees F 14  Certification Regarding Debarement  Suspension  Ineligibility   And Voluntary Exclusion     49 CFR Part 29 0 0    ceeeeescecseeceseeeseeesncecsaeceseeeseeeeneees F 15   Clean Air and Water Pollution Control     49 CFR Part 18 36 1  12  oo    ee ceee F 16   Section ITI  Technical Specifications   ARFF Airport Rescue and Fire Fighting  ARFF  Vehicle    cee eeeeeeeeeeeeeeneee
110. ts of the parties of  this agreement  The duties and obligations imposed by the Contract Documents  and the rights and remedies available thereunder shall be in addition to and not a  limitation of any duties  obligations  rights and remedies otherwise imposed or  available by law     Application    The above clause is meant to represent language that addresses the  requirements of 49 CFR Part 18 36 i  1   This provision requires grantees to  incorporate administrative  contractual or legal remedies in instances where  contractors violate or breach contract terms     This provision is required in all contracts that exceed the simplified acquisition  threshold  presently set at  100 000     Reference  49 CFR Part 18 36    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    F 10    RIGHTS TO INVENTIONS    All rights to inventions and materials generated under this contract are subject to  regulations issued by the FAA and the Sponsor of the Federal grant under which  this contract is executed     Application  Incorporate into all procurement contracts that funded by AIP funds    Reference  49 CFR Part 18 36  i   8   FAA Order 5100 38    ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013  AIP 3 24 0019 048 Bid Documents    TRADE RESTRICTION CLAUSE    The contractor or subcontractor  by submission of an offer and 
111. ty or a municipal corporation in the County  the County  Commissioners may reject the bidder s bid      19  INSURANCE  Liability insurance on all major divisions of coverage for each  and every Bidder and subcontractor shall be required for the length of the  contract  Bidder and subcontractor must supply evidence of insurance upon  request  Each Bidder agrees to assist in every manner possible in the reporting  and investigation of any accident  and upon request  agrees to cooperate with all  interested insurance carriers in the handling of any claims by securing and giving  evidence and obtaining the attendance of witnesses as required for any claim or  suit  The Bidder shall be prepared to show evidence of insurance as required  under Washington County Policy No  P 4  included herein  prior to the execution  of any contract  The Bidder  if requested  shall provide the Certificate of  Insurance to the Purchasing Department within ten  10  calendar days after  receiving a request for it  Failure to provide an acceptable Certificate of  Insurance within the time frame stated above shall be cause to terminate the  contract s   The certificate shall state that such insurance is in force and cannot  be cancelled or released except upon thirty  30  days prior written notice to the  County  If any of the stated coverages expire during the term of this contract  the  Bidder shall deliver renewal certificates to the County at least ten  10  calendar  days prior to the expiration  Wa
112. with a powered windshield washer system  including an electric  fluid pump  a minimum one gallon fluid container  washer nozzles  mounted to the wiper arms  wet arms   and a momentary switch        Warning signs  Signs that state  Occupants must be seated and  wearing a seat belt when apparatus is in motion  will be provided in  locations that are visible from each seated position in accordance  with NFPA 414      Remarks   Exceptions             3 4 10    Lateral accelerometer and or stability control system  The vehicle  will be equipped with a lateral accelerometer and or an electronic    stability control system in accordance with NFPA 414        3 4 11    Monitoring and Data Acquisition System  MADAS   The vehicle  will be equipped with a MADAS as prescribed by NFPA 414           3 5    3 5 1    Body  compartments  and equipment mounting     Body  The vehicle will have a corrosion resistant body           3 5 2    Compartments  The vehicle body will have lighted compartments in  accordance with NFPA 414 with a minimum of 10 cubic feet of  enclosed storage space        3 5 2 1    Compartment doors  Storage compartments will have clear anodized  aluminum  counterbalanced  non locking  roll up or single hinged  doors as determined by the manufacturer  Door latch handles on  roll up doors will be full width bar type  Door straps will be  provided to assist in closing the compartment doors when the rolled  up or hinged door height exceeds six feet above the ground        3 5 
113. wo telescoping floodlights will be provided  One  light will be mounted on the left and right sides of the vehicle   250W LED lights will be used  Both lights will be mounted on  extension tubes and controlled from switches in the cab and  manually raised  To prevent these lights from accidental damage   the cab will be equipped with a visual warning signal to alert the  driver if the lights are inadvertently left in the  up  position        Procurement of ARFF Vehicle  PUR 1189  Section III Technical Specifications  Hagerstown Regional Airport     Richard A  Henson Field February 2013  AIP 3 24 0019 048    TS 24       3  VEHICLE CONFORMANCE PERFORMANCE CHARACTERISTICS   Remarks   Exceptions    3 9 5 6 Scene Lights  A total of six high mounted floodlights will be  provided to illuminate the work areas around the vehicle  Two lights  will be mounted on the front and two will be mounted on each side       of the vehicle  The lights will be powered by the vehicle alternator  driven system or auxiliary generator  and the lights in the front will  be controlled from switches in the cab  LED lights will be used     Audible warning devices     Siren  The vehicle will be equipped with an electronic siren system   The amplifier unit will include volume control and selection of   Radio    PA    Manual    Yelp    Wail   and  Hi Lo   European   modes  and a magnetic noise canceling microphone  The amplifier   microphone  and controls will be within reach of the driver and the  turret ope
114. y Limit    100 000  Disease   Each Employee   2 Comprehensive General Liability Insurance  The Contractor shall provide  Comprehensive General Liability including Products and Completed Operations   Minimum Limits Required    1 000 000 combined single limit for Bodily Injury and Property Damage   Such insurance shall protect the County  its agents  elected and appointed officials   commission members and employees  and name Washington County on the policy as  additional insured against liability  loss or expense due to damaged property  including  loss of use   injury to or death of any person or persons and for care and loss of services  arising in any way  out of  or in connection with or resulting from the work of service  performed on behalf of Washington County   ARFF Truck Procurement  PUR 1189  Contract Forms  Hagerstown Regional Airport   Richard A  Henson Field February 2013    AIP 3 24 0019 048    Bid Documents    CF 9    Policy P 4  2  Comprehensive General Liability Insurance  continued     The Contractor is ultimately responsible that Subcontractors  if subcontracting is  authorized  procure and maintain at their sole expense and until final acceptance of the  work by the County  insurance as hereinafter enumerated in policies written by insurance  companies admitted in the State of Maryland  have A M  Best rating of A  or better or its  equivalent  and acceptable to the County     3  Business Automobile Liability  The Contractor shall provide Business Auto Liabi
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
Service Technicians Manual  Ethernet-232 User`s Manual  Criterios a seguir para la elección de nuevos Aplicadores de  Carrier TOTALINE P707 User's Manual  Operating Instructions Omega 5 Control Panel    Untitled  Comment confirmer par Internet  dossier - Union des Maires de l`Oise  Terraillon SAS France 8. Headquarîers    Copyright © All rights reserved. 
   Failed to retrieve file