Loading...
HomeMy WebLinkAbout20-Fire N e CITY OF SAN BERNARDINO—REQUEST FOR COUNCIL ACTION From: Michael J. Conrad, Fire Chief Subject: Resolution authorizing the Director of Irian e o designee to issue purchase orders to vendors selected under bid specification F-08-18 for fire equipment. Dept: Fire Date: June 12, 2008 MC/C Meeting Date: July 7, 2008 Synopsis of Previous Council Action: 09/17/07 Resolution#2007-397 authorizing the city to enter into a new agreement with San Manuel Band of Mission Indians to provide fire protection, EMS, fire prevention services, emergency dispatching, IT support and fire apparatus maintenance to their tribal lands. 08/06/07 Resolution#2007-319 authorizing the execution of an Agreement with and purchase order to Pierce Manufacturing Inc. for seven(7)new Pierce fire engines; solicit bids to purchase one utility truck, ancillary equipment and emergency medical services equipment; and authorizing the Finance Director or designee to solicit lease-purchase rate quotes and award a lease-purchase to the lowest responsible leasing company. 04/04/05 Resolution#2005-74 amending the fire apparatus replacement program schedule. 06/04/01 Resolution#2001-132 authorizing the Purchasing Manger to purchase four new fire apparatus from Pierce Manufacturing; solicit bids to purchase ancillary equipment, and enter into a lease purchase agreement to fund the purchases. 09/20/99 Resolution#1999-234 authorizing the Purchasing Manager to solicit lease purchase quotes and a purchase order to Pierce Manufacturing for one 1,500 GPM Triple Combination Pumper. 12/07/98 Resolution#1998-334 awarding a purchase order to Pierce Manufacturing for the purchase and delivery of three 4x4 Type III Wildland Engines. 06/01/98 Resolution#1998-130 establishing a schedule for the fire apparatus replacement program schedule. RECOMMENDATION: Adopt resolution. Signature Contact Person: Michael J. Conrad, Fire Chief Phone: (909) 384-5286 Supporting data attached: Staff Report, Resolution, and Bid Summary Ward: Citywide FUNDING REQUIREMENTS: Amount: $5,995.81 Source: 211-377-5111 (fire equip acquisition) Amount: $340,824.48 Source: 001-202-5803 (lease purchase) Finance: Council Notes: �ESG �0��� Ze Agenda Item No. STAFF REPORT SUBJECT Resolution authorizing the Director of Finance or her designee to issue purchase orders to vendors selected under bid specification F-08-18 for fire equipment. BACKGROUND On August 6, 2007, the Mayor and Common Council approved resolution #2007-319 authorizing an agreement with Pierce Manufacturing, Inc. for the purchase of seven (7) new fire engines. And, authorized the Director of Finance to award a lease-purchase to the lowest responsible leasing company. Included in the financing is to purchase a utility truck and ancillary equipment for the units. On September 17, 2007, the Mayor and Common Council approved resolution #2007- 397 authorizing the city to enter into a new agreement with San Manuel Band of Mission Indians (SMBMI) to provide fire protection. Per the agreement, SMBMI purchased two Pierce 100' Tractor Drawn Aerial Fire Trucks and the revenue from the contract will cover the cost of the needed ancillary equipment. A Request for Quote (RFQ) #F-08-18 was issued to solicit formal bids for fire equipment needed on the new fire apparatus on April 2, 2008. Notices inviting bids from qualified vendors were distributed to the San Bernardino Area Chamber of Commerce, the City's Web Site, and advertised in The Sun Newspaper. The RFQ #F-08-18 packages were mailed to eighteen (18) vendors including one (1) local vendor. On April 17, 2008, addendum #1 was needed to clarify questions on two equipment items. The questions received were for the type of rope for item #12 listed on engine equipment and additional information on item#1 listed on the truck equipment. On April 24, 2008, addendum #2 was issued to solicit quotes on new items added to the bid specifications. The addendum requested vendors to provide the unit cost for a ladder pipe and ladder pipe mounting bracket. This addendum extended the proposal deadline from April 24, 2008 to May 15, 2008. All vendors were requested to bid on each of the items listed in bid specification #F08- 018 that was submitted to the Finance Department. The Fire Department received nine (9) bid packages and has selected the lowest unit bid irrespective of the specific vendor. Though some vendors quotes indicate they're the lowest bidders, the Fire Department had to take into consideration what type of specific parts were bid on and the type of equipment that is currently utilized by the Fire Department. Consequently, there are eight vendors that we are asking to award the bid to. Each of them will supply a portion of the ancillary equipment that the Fire Department requires. 1 They are the lowest qualified bidders that can sufficiently meet the Fire Department's standards for the required ancillary equipment. Each item was considered for the ability to meet the high performance and quality standards that is required for Fire Department training and service calls. Therefore, the Fire Department staff is requesting that the following vendors be issued purchase orders based on unit cost. All-star Fire Equipment Inc. has the lowest unit cost for drop bag with rope, fire hose coupling/reducer, halligan tool, hose roller, radio harness and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to All-star Fire Equipment in the amount of$7,182.22 under RFQ#F08-18. Calolympic Safety has the lowest unit cost for rubber diamond plates, litter basket, pike poles, rope bags, spanner wrenches, traffic cones and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to Calolympic Safety in the amount of$10,303.35 under RFQ #F08-18. Diamondback Fire & Rescue has the lowest unit cost for gated wye hoses, Amkus rescue tools, bolt cutters, hooks and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to Diamondback Fire & Rescue in the amount of $44,037.12 under RFQ #F08-18. Fisher Scientific Company has the lowest unit cost for fire hose coupling, extension cords, extinguishers, flashlight-hand lanterns, ventilation fan and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to Fisher Scientific Company in the amount of$9,807.13 under RFQ #F08-18. L.N. Curtis & Sons has the lowest unit cost for axes, carry all, fire hose-increasers, reducers, nozzles, wildland, high-rise hoses, flashlight, gated Wye hose, generators, GPS handheld mapping, hall runner, headlamps, handheld weather instrument, Elkhart monitors, pike poles, pry bars, rubber mallets, shovels, sledge hammers, spanner wrench, sprinkler boxes, hoseline valves and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to L.N. Curtis & Sons in the amount of $176,569.87 under RFQ #1708-18. Mallory Company is the only local vendor and we are requesting that a purchase order be issued in the amount of$35,746.27 for chock block, fire hose coupling, extension cords, forestry hose clamp, hose packs, pike poles, axes, spanner wrench holders, tool boxes, and trucker belt "fire innovations", k-tool door openers and kits. South Coast Fire Equipment has the lowest unit cost for foam aeration tube, gated wyes, intake valves, portable monitors, nozzles-high-rise, ball shut off, twister nozzle, high-rise hoses and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to South Coast Fire Equipment in the amount of$48,910.23 under RFQ #F08-18. i W.S. Darley & Company has the lowest unit cost for hydrant wrench, ladder pipe, ladder pipe mounting bracket, salvage covers, j-box, squeegee, structure protection straps and meet technical specifications. Therefore, it is recommended that a purchase order be awarded to W.S. Darley& Company in the amount of$14,264.10 under RFQ #F08-18. Pursuant to the City's bidding process, it is recommended that vendors meeting technical specifications be awarded the purchase order under RFQ #F 08-018 for the procurement of fire equipment. The cost and technical specifications of all bids were reviewed and the low bidders were determined in each category. All vendors recommended are acceptable and meet or exceed all items called for in the specifications. FINANCIAL IMPACT There will be no net impact to the City's General Fund for Fiscal Year 2008-2009. The funding source for the purchases of the ancillary equipment is through approved CDBG funding and the revenue contract with SMBMI. Purchase of the ancillary equipment will be financed over a 9-year period and debt service payments will be reimbursed to the City with CDBG funds. The cost of the fire equipment, $340,824.48, will be paid through finance proceeds that were acquired along with the seven (7) Pierce fire engines that were approved for purchase and financing at the August 6th Council meeting. The remaining $5,995.81 is available in account 211-377-5111 (San Manuel Band of Mission Indians money). RECOMMENDATION Adopt resolution. 0I / og3 2 >\ ® / � m CD / = J -0 m m 5 / > CL m g d m m m 9 $ : O O 0 E 0 � f 0 z m C � < � � ƒ / z ° 3 O § § { m 0 2 / j § / \ \ § co > m \ NJ m < Zs $ C ? m 0 0 # � e < ( 2 § C) \ § m � z = m � \ \ m U $ o Cl) # < \ /> z \ z \ m > = 2 _ \ Cl)/ e 2 / / \ e \ § 7 $ z % 00 CD j 7 m ® c � 0m k * � � w « \ / O / om A cn m } CL ® / $ m ® 2 2 0 / / 2 / § 2 « CL § � � w � y m m om2 O o ja\ -_n } \ // \ § � co « 2 _ m \ \ ƒ � m f 6 \ § D o � > U 0 \ \ § m CL / / / m > _ \ � ® < \ z o m ° 2 2 0 o Z / / ƒ \ R § / / / / / f @ / % / / q 01 a / 0 $ R / _0 � / / 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE OR HER DESIGNEE 3 TO ISSUE PURCHASE ORDERS TO VENDORS SELECTED UNDER BID SPECIFICATION F-08-18 FOR FIRE EQUIPMENT. 4 WHEREAS,the Fire Department has solicited bids to procure equipment for seven new 5 Pierce fire engines, two new Pierce Aerial fire trucks and one new utility truck, 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. That All-star Fire Equipment Inc., Calolympic Safety, Diamondback Fire & 9 Rescue, Fisher Scientific Company, L.N. Curtis & Sons, Mallory Company, South Coast Fire 10 Equipment, and W.S. Darley&Company are the lowest responsible bidders for the procurement of 11 fire equipment for seven(7)Pierce fire engines,two(2)Pierce Aerial fire trucks,and(1)utility truck, 12 Bid Specification F-08-18, a copy of which is attached hereto and incorporated herein as Exhibit 13 "A.". All other bids are hereby rejected. 14 SECTION 2. That All-star Fire Equipment Inc.is the lowest responsible bidder for drop bag 15 with rope, fire hose coupling/reducer, halligan tool, hose roller, radio harness in accordance with 16 Bid Specification F-08-18,and,as such the Director of Finance or her designee is authorized to issue 17 a purchase order to All-star Fire Equipment to All-star Fire Equipment in the amount of$7,182.22 18 under RFQ #F08-18. 19 SECTION 3. That Calolympic Safety is the lowest responsible bidder for rubber diamond 20 plates, litter basket, pike poles, rope bags, spanner wrenches, traffic cones in accordance with Bid 21 Specification F-08-18, and, as such the Director of Finance or her designee is authorized to issue 22 a purchase order to Calolympic Safety in the amount of$10,303.35 under RFQ #F08-18. 23 SECTION 4. That Diamondback Fire&Rescue is the lowest responsible bidder for gated 24 wye hoses, Amkus rescue tools, bolt cutters, hooks in accordance with Bid Specification F-08-18, 25 and, as such the Director of Finance or her designee is authorized to issue a purchase order to 26 Diamondback Fire & Rescue in the amount of$44,037.12 under RFQ #F08-18. 27 ///// 28 ///// 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE OR HER DESIGNEE TO 2 ISSUE PURCHASE ORDERS TO VENDORS SELECTED UNDER BID SPECIFICATION F-08-18 FOR FIRE EQUIPMENT. 3 4 SECTION 5. That Fisher Scientific Company is the lowest responsible bidder for fire hose 5 coupling,extension cords,extinguishers,flashlight-hand lanterns,ventilation fan in accordance with 6 Bid Specification F-08-18,and,as such the Director of Finance or her designee is authorized to issue 7 a purchase order to Fisher Scientific Company in the amount of$9,807.13 under RFQ #F08-18. 8 SECTION 6. That L.N. Curtis & Sons is the lowest responsible bidder for axes, carry all, 9 fire hose-increasers, reducers, nozzles, wildland, high-rise hoses, flashlight, gated wye hose, 10 generators,GPS handheld mapping,hall runner,headlamps,handheld weather instrument,Elkhart 11 monitors,pike poles,pry bars,rubber mallets,shovels,sledge hammers,spanner wrench, sprinkler 12 boxes, hoseline valves in accordance with Bid Specification F-08-18, and, as such the Director of 13 Finance or her designee is authorized to issue a purchase order to L.N. Curtis&Sons in the amount 14 of$176,569.87 under RFQ #F08-18. 15 SECTION 7. That Mallory Company is the lowest responsible bidder for chock block, fire 16 hose coupling,extension cords, forestry hose clamp, hose packs, pike poles, axes, spanner wrench 17 holders, tool boxes, and trucker belt"fire innovations", k-tool door openers and kits in accordance 18 with Bid Specification F-08-18, and, as such the Director of Finance or her designee is authorized 19 to issue a purchase order in the amount of$35,746.27 under RFQ#F08-18. 20 SECTION 8. That South Coast Fire Equipment is the lowest responsible bidder for foam 21 aeration tube, gated wyes, intake valves, portable monitors, nozzles-high-rise, ball shut off, twister 22 nozzle, high-rise hoses in accordance with Bid Specification F-08-18, and, as such the Director of 23 Finance or her designee is authorized to issue a purchase order to South Coast Fire Equipment in 24 the amount of$48,910.23 under RFQ #F08-18. 25 26 27 ///// 28 ///// 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE OR HER DESIGNEE TO 2 ISSUE PURCHASE ORDERS TO VENDORS SELECTED UNDER BID SPECIFICATION F-08-18 FOR FIRE EQUIPMENT. 3 4 SECTION 9. That W.S. Darley & Company is the lowest responsible bidder for hydrant 5 wrench, ladder pipe, ladder pipe mounting bracket, salvage covers, j-box, squeegee, structure 6 protection straps in accordance with Bid Specification F-08-18,and,as such the Director of Finance 7 or her designee is authorized to issue a purchase order to W.S. Darley&Company in the amount of 8 $14,264.10 under RFQ #F08-18. 9 SECTION 10. That all of the above-authorized purchase orders shall incorporate by reference 10 this Resolution and Bid Specification F-08-18. 11 SECTION 11. The authorization to execute the above referenced Purchase Orders are 12 rescinded if they are not issued within sixty(60) days of the passage of this Resolution. 13 14 15 16 //// 17 18 19 //// 20 //// 21 //// 22 23 24 25 26 //// 27 28 //// 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DIRECTOR OF FINANCE OR HER DESIGNEE TO 2 ISSUE PURCHASE ORDERS TO VENDORS SELECTED UNDER BID SPECIFICATION F-08-18 FOR FIRE EQUIPMENT. 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 Common Council of the City of San Bernardino at a meeting thereof, held on the _ 6 day of , 2008, by the following vote, to wit: 7 COUNCIL MEMBERS: AYES NAYS ABSTAIN ABSENT 8 ESTRADA 9 BAXTER 10 BRINKER 11 DERRY 12 KELLEY 13 JOHNSON 14 MC CAMMACK 15 16 Rachel Clark, City Clerk 17 The foregoing Resolution is hereby approved this_day of , 2008. 18 19 20 PATRICK J. MORRIS, Mayor 21 City of San Bernardino 22 Approved as to form: 23 JAMES F. PENMAN, City Attorney 24 25 By: 26 27 28 Mow San Bernar in April 3, 2008 SUBJECT: NOTICE INVITING BIDS (RFQ) F-08-18 The City of San Bernardino (City) invites bids from qualified vendors for: Ancillary Equipment for Fire Apparatus Parties interested in obtaining a copy of this RFQ F-08-18 may do so by accessing the City of San Bernardino Web Page at www.sbcity.org > Request for Bids > City Finance beginning April 3, 2008, or by faxing their request to (909) 384-5043, attention Deborah Morrow. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ F-08-18. Copies of the RFQ may also be obtained by calling Deborah Morrow at (909) 384-5086, Sylvia at (909) 384-5348, or in person at City Hall, 300 N. "D" St., 4th floor, San Bernardino, CA 92418. Closing Date: Bids must be submitted at or before 3:00 PM, PST, April 24, 2008 at the address listed above. Issuance of this RFQ and/or receipt of bids does not commit City to award a contract. Sincerely, Deborah Morrow Purchasing Manager Exhibit "A" SECTION I. INSTRUCTIONS TO BIDDERS I. INSTRUCTIONS TO BIDDERS A. Job Walk Not applicable. B. Examination of Bid Documents 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. 2. The City reserves the right to remove from its mailing list for future RFQs, for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFQs and/or unsatisfactory performance. Please note that a "No Bid" is considered a response. C. Addenda Any City changes to the requirements will be made by written addendum to this RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFQ as the result of oral instruction. D. Clarifications 1. Examination of Documents Should a Bidder require clarifications of this RFQ, the Bidder shall notify the City in writing in accordance with Section D.2 below. Should it be found that the point in question is not clearly and fully set forth, the City will issue a written addendum clarifying the matter which will be sent to all persons who have requested the RFQ. 2. Submitting Requests a. With the exception of oral questions asked at any Job Walk, all questions, clarifications or comments shall be put in writing and must be received by the City no later than April 10, 2008, and be addressed as follows: City of San Bernardino 300 North "D" Street 4th floor, Attn: Deborah Morrow San Bernardino, CA 92418 I i I I b. The exterior envelope of all requests for clarifications, questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to a request that has not been labeled as such. The City will also accept questions sent by facsimile machines; however, all faxed questions must be received by the City no later than the date and time specified above. Send facsimile transmissions to (909) 384-5043, attention Deborah Morrow. C. Inquiries received after April 10, 2008 will not be accepted. 3. City Responses Responses from the City will be communicated in writing to all recipients of this RFQ, and will be postmarked no later than April 17, 2008. E. Submission of Bids 1. Date and Time All bids are to be submitted to City of San Bernardino, Attention: Deborah Morrow. Bids received after 3:00 PM, PST, April 24, 2008, will be rejected by the City as non- responsive. 2. Address Bids shall be addressed as follows: City of San Bernardino 300 N. "D" Street, 4th floor San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Department, 4th floor of the above address. 3. Identification of Bids Bidder shall submit a bid package consisting of: a) a signed original and two (2) copies of its bid, and b) a completed and signed Price Form. The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: "RFQ F-08-18: Ancillary Equipment for Fire Apparatus" 4. Acceptance of Bids a. The City reserves the right to accept or reject any and all bids, or any item or part thereof, or to waive any informalities or irregularities in bids. b. The City reserves the right to withdraw this RFQ at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. C. The City reserves the right to postpone bid opening for its own convenience. F. Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Bidder in: 1 . preparing its bid in response to this RFQ; 2. submitting that bid to City; 3. negotiating with City any matter related to this bid; or 4, any other expenses incurred by the Bidder prior to date of award, if any, of the Agreement. The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such expenses as part of its bid. G. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more Bidders. H. Acceptance of Order The successful Bidder will be required to accept a Purchase Order in accordance with and including as a part thereof the published Notice Inviting Bids, and the RFQ documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order. '. Local Preference The City of San Bernardino gives any formal or informal bid submitted by a local bidder for goods or materials a one percent (1%) credit for comparison purposes with other bidders. For the purposes of this section, "local bidders" shall be bidders for which the point of sale of the goods or materials shall be within the City of San Bernardino, as authorized in Municipal Code Section 3.04.125. 1 i 3 t 1 d r i `q i i f 4 4 7 i SECTION II. TECHNICAL SPECIFICATIONS City of San Bernardino TECHNICAL SPECIFICATIONS RFQ F-08-18 Fire Equipment NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements:Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable or if state "Acceptable" if requirements are agreeable as set forth in left-hand column. Failure to complete right hand column will invalidate bid. Pricing: Bidder shall complete pricing along with all requested information as listed. Pricing and information not listed will be considered not available from vendor. Failure to complete all pricing and information as requested may be cause for rejection. CATEGORY I ACCEPTABLE/EXCEPTION GENERAL This specification describes the City of San Bernardino's requirement for fire equipment. Bidders are expected to meet or exceed specifications in their entirety. The equipment is to be new (not used) and shall include all standard equipment. REQUIREMENTS ACCEPTABLE/EXCEPTION Vendor shall provide pricing for all items on the attached equipment list. Vendor must meet all specifications for all fire hoses (see attachments). CATEGORY II - Deliver /Installation ACCEPTABLE/AS SPECIFIED DELIVERY Vendor must contact the technical authority prior to delivery and shall deliver the equipment to the °quested location within the City of San Bernardino limits. Quote shall include cost for shipment of equipment. ..__..__...... WANUALS/WARRANTIES/KITS All necessary manuals, warranty documentation, and kits shall be included with equipment if applicable. CATEGORY III - BID INFORMATION ACCEPTABLE/AS SPECIFIED Bid prices must be valid for 120 days due to processing requirements. SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 1 3/4" ATTACK FIRE HOSE DOUBLE JACKET-RUBBER LINED (1.75DJ-RL) NORTH AMERICAN FIRE HOSE CO. (DURA-BUILT 800) or NATIONAL FIRE HOSE (SNAP-TITE) (N-DURA HP) ONLY. 1999 Revised:4-2004 1 HOSE CONSTRUCTION: 1.1 Warp strands will be 100% synthetic (nylon 6-6) polyamide (Dupont Cordura) yarn of a high grade, high strength, low stretch material. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt, knots and lumps. Compliance: YES [ ] NO [ J - Describe exception: 1.3 The outside jacket will be completely impregnated by a mechanical process providing complete coverage. A protective coating is used to provide weather resistance, abrasion, heat, chemical and ozone protection. Compliance: YES [ ] NO [ ] - Describe exception: 1.4 The rubber lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 No reclaimed rubber will be used. Compliance: YES [ ] NO [ ] - Describe exception: 1.6 The compound must provide positive protection from the action of oxidation and will be ozone resistant. Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-RL Pg. 1 of 7 i 1.7 Thickness of the tube will not be less than .040 inches nor greater than .048 inches. Compliance: YES [ ] NO [ ] - Describe exception: 2 LINING AND COVER PROPERTIES: When tested in accordance with the procedures with the procedures listed in NFPA 1961 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 1600 psi. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of a 1 `/z inch strip of rubber, transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Lining/Jacket Adhesion - The lining must be adhered to the jacket by means of a calandered rubber backing stock of not less than .014 thickness, resulting in a smooth waterway. The use of thin adhesives to adhere the liner to the inside jacket is NOT ACCEPTABLE. Compliance: YES [ ] NO [ ].- Describe exception: 2.5 Ozone Resistance - Lining specimens will be subjected to ASTM-D1149-64 "Tentative Method of Test for Accelerated Ozone Cracking of Vulcanized Rubber." Specimens will be in accordance with ASTM-D518 procedure "C" and will be elongated 15%. Ozone concentration will be 100 +/- 5 parts per hundred million by volume. Temperature will be 100 degree. Time will be 100 hours. There will be no appearance of cracking or crazing when viewed under a 7-power magnifying glass at any time during or the end of the 100- hour period. Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-RL Pg. 2 of 7 2.6 Chemical Resistance - Exposure to contamination by most chemical substances, hydrocarbons, oils, alkalis, acids and grease must have no effect on the short or long term performance of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 3 SAFETY FACTORS: 3.1 SBFD Flow/Kink Test - a. All full length (50 feet) will be used flowing 200 gpm with 75 psi nozzle pressure. Hose curved on a six-inch radius will not restrict the water flow by more than twenty-five percent. b. When charged and hung 60 inches above the ground, the hose shall not kink when charged to a minimum pressure of 75 psi.. Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Tabor Abrasion Test - The hose shall withstand 6,000 cycles on the Tabor Abrasion Test machine (H22) wheels 1,000 gm weight load without exposing the filler yarn. Compliance: YES [ ] NO [ ] - Describe exception: 3.3 Heat Resistant - The hose, when subjected to a static pressure of 100 psi. shall be capable of safely withstanding a surface temperature of 485 degrees for a minimum of two minutes without bursting. Heat resistance to be demonstrated at the request of the purchasing authority. Compliance: YES [ ] NO [ ] - Describe exception: 4 PERFORMANCE CHARACTERISTICS: Hydrostatic Pressure Test - The hose will comply with the National Fire Protection Association Standard NFPA 1961 (Latest Edition), and (Standard Test Methods for Rubber Hose) ASTM D-30 except otherwise specified. Diameter - 1 3/4" Service Pressure - 400 psi Acceptance Pressure - 800 psi Kink Proof Pressure - 600 psi Short Length Burst Pressure - 1200 psi Curved Length Burst Pressure - 1200 psi Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-RL Pg. 3 of 7 5 GENERAL: 5.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight, hard coated, extruded aluminum alloy expansion ring type, with three rocker lugs. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 1 %2 inch National Standard Threads (NST). d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on edges of doorways, stairwells, etc.. e. Coupling construction, thread and gasket sizes will comply with standards set forth in the NFPA 1963 (Latest Edition). Compliance: YES [ J NO [ ] - Describe exception: 5.2 Hose Length - All sections of hose will be a minimum of fifty(50') feet in length. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe Exception: ,.3 Hose Weight - A section of hose, with couplings, will be 20 pounds maximum (dry). Compliance: YES [ ] NO [ ] - Describe exception: 5.4 Hose Color - The Color will be RED, unless otherwise specified, and be totally impregnated throughout the outside jacket. Color is to be identifiable through the life of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 1.75DJ-RL Pg. 4 of 7 5.5 Hose Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 400 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator"BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. "BDO" markings shall be stenciled in indelible letters at least 2" inches in height. c. All Fire Hose Couplings shall be die stamped in 11/4" inch in height letters, to a depth of 1/16" inch minimum and numbered prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1-male/1-female). A set of couplings shall be die stamped, using the same number. The die stamping shall consist of San Bernardino City Fire Department 3 letter designator"BDO"with the Year and be Sequentially numbered. Examples: BDO BDO BDO BDO for year 2003 03-001 03-002 03-003 03-004 etc. Compliance: YES [ ] NO [ ] - Describe exception: 5.6 200 feet of 1 3/4" inch hose must be able to fit in a compartment of 7" inches W x 15" inches H x 72" inches L Compliance: YES [ ] NO [ ] - Describe Exception: 6 QUALITY ASSURANCE PROVISIONS: 6.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications, but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-RL Pg. 5 of 7 6.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, material and workmanship for a period of three years. This warranty will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. C. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception 6.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will be submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL (National Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: DELIVERY: a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-RL Pg. 6 of 7 8 MANUFACTURER NAME/MODEL: List hose manufacturer, hose trade name and catalog model numbel Manufacturer - Hose Trade Name - Model Number - Compliance: YES [ ] NO [ ] - Describe exception: 9 VENDOR: List vendor name, signature and date, bid/quote number. Vendor Name- Bid/Quote By- (please Print)- (Signature)- (Date)- Bid/Quote Number- . Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-RL Pg. 7 of 7 1 SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 1 3/4" ATTACK FIRE HOSE DOUBLE JACKET-THEROPLASTIC LINED (1.75DJ-TPL) 1999 Revised: 3-2007 HOSE CONSTRUCTION: 1.1 Warp strands will be 100% synthetic (nylon 6-6) polyamide (Dupont Cordura) yarn of a high grade, high strength, low stretch material. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt, knots and lumps. Compliance: YES [ ] NO [ ] - Describe exception: 1.3 The outside jacket will be completely impregnated by a mechanical process providing complete coverage. A protective coating is used to provide weather resistance, abrasion, heat, chemical and ozone protection. Compliance: YES [ ] NO [ ] - Describe exception: 1.4 The inside jacket will be constructed using a twill weave, which results in a smooth waterway. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 The thermoplastic lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.6 No reclaimed material will be used. Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-TPL Pg. 1 of 6 s i I i 1.7 The thermoplastic lining must be completely resistant to ozone. Compliance: YES [ ] NO [ ] - Describe exception: 1.8 Thickness of the tube will not be less than .015 inches nor greater than .020 inches. Compliance: YES [ ] NO [ ] - Describe exception: 2 LINING AND COVER PROPERTIES: When tested in accordance with the procedures with the procedures listed in NFPA 1961 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 3000 psi. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of a 1 '/2 inch strip of rubber, transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Lining/Jacket Adhesion - The lining must be adhered to the jacket by means of a co-extrusion process with adhesives, resulting in a smooth waterway. There shall be NO separation of the lining from the jacket, see 6.2.a. of this specification sheet. Compliance: YES [ ] NO [ ] - Describe exception: 2.5 Chemical Resistance - Exposure to contamination by most chemical substances, hydrocarbons, oils, alkalis, acids and grease must have no effect on the short or long term performance of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 1.75DJ-TPL Pg. 2 of 6 3 SAFETY FACTORS: 3.1 SBFD Flow/Kink Test - a. All full length (50' feet) will be used flowing 200 gpm with 75 psi nozzle pressure. Hose cured on a six-inch radius will not restrict the water flow by more than twenty-five percent. b. When charged and hung 60 inches above the ground, the hose shall not kink when charged to a minimum pressure of 75 psi. Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Tabor Abrasion Test - The hose shall withstand 6,000 cycles on the Tabor Abrasion Test machine (H22) wheels 1,000 gm weight load without exposing the filler yarn. Compliance: YES [ ] NO [ ] - Describe exception: I 3.3 Heat Resistant - The hose, when subjected to a static pressure of 100 psi, shall be capable of safely withstanding a surface temperature of 485 degrees for a minimum of two minutes without bursting. Heat resistance to be demonstrated at the request of the purchasing authority. Compliance: YES [ ] NO [ ] - Describe exception: 4 PERFORMANCE CHARACTERISTICS: Hydrostatic Pressure Test—The hose will comply with the National Fire Protection Association Standard NFPA 1961 (Latest Edition), and (Standard Test Methods for Rubber Hose) ASTM D-30 except otherwise specified. Diameter - 1 3/4" Service Pressure - 400 psi Acceptance Pressure - 800 psi Kink Proof Pressure - 600 psi Short Length Burst Pressure - 1200 psi Curved Length Burst Pressure - 1200 psi Compliance: YES [ ] NO [ ] - Describe exception: 1.75DJ-TPL Pg. 3 of 6 5 GENERAL: 5.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight, hard coated, extruded aluminum alloy expansion ring type, with three rocker lugs. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 1 %Z inch National Standard Threads (NST). d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on edges of doorways, stairwells, etc.. e. Coupling construction, thread and gasket sizes will comply with standards set forth in the NFPA 1963 (Latest Edition). Compliance: YES [ ] NO [ ] - Describe exception: 5.2 Hose Length - All sections of hose will be a minimum of fifty(50') feet in length. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe Exception: �.3 Hose Weight - A section of hose, with couplings, will be 15 pounds maximum (dry). Compliance: YES [ ] NO [ ] - Describe exception: 5.4 Hose Color - The Color will be BLUE, unless otherwise specified, and be totally impregnated throughout the outside jacket. Color is to be identifiable through the life of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: '.75DJ-TPL Pg. 4 of 6 5.5 Hose Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA • 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 400 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator`BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. `BDO"markings shall be stenciled in indelible letters at least 2"inches in height. c. All Fire Hose Couplings shall be die stamped in 1/4" inch in height letters depth of 1/16" inch minimum and numbered prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1-male/1-female). A set of couplings shall be die stamped, using the same number. The die stamping shall consist of San Bernardino City Fire Department 3 letter designator"BDO" with the Year and be Sequentially numbered. Examples: BDO BDO BDO BDO for year 2003 03-001 03-002 03-003 03-004 etc. Compliance: YES [ ] NO [ ] - Describe exception: 6 QUALITY ASSURANCE PROVISIONS: 6.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications, but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 6.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, material and workmanship for a period of three years. The manufacturer warrants the adhesion of the lining/inside jacket for a period of ten years. These warranties will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. c. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception: Awl i.75DJ-TPL Pg. 5 of 6 6.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will be submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL (National Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ J NO [ ] - Describe exception: 7 DELIVERY: a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: 8 MANUFACTURER NAME/MODEL: List hose manufacturer, hose trade name and catalog model number Manufacturer - Hose Trade Name - Model Number- Compliance: YES [ ] NO [ ] - Describe exception: 9 VENDOR: List vendor name, signature and date, bid/quote number. Vendor Name- Bid/Quote By- (Please Print)- (Signature)- (Date)- Bid/Quote Number- Compliance: YES [ ] NO [ ] - Describe exception: C-75DJ-TPL Pg. 6 of 6 SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 2 1/z" ATTACK FIRE HOSE DOUBLE JACKET-RUBBER LINED (2.5DJ-RL) NORTH AMERICAN FIRE HOSE CO. (DURA-BUILT 800) or NATIONAL FIRE HOSE (SNAP-TITE) (N-DURA HP) ONLY. 1999 Revised:4-2004 1 HOSE CONSTRUCTION: 1.1 Warp strands will be 100% synthetic (nylon 6-6) polyamide (Dupont Cordura) yarn of a high grade, high strength, low stretch material. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt, knots and lumps. Compliance: YES [ ] NO [ ] - Describe exception: 1.3 The outside jacket will be completely impregnated by a mechanical process providing complete coverage. A protective coating is used to provide weather resistance, abrasion, heat, chemical and ozone protection. Compliance: YES [ ] NO [ ] - Describe exception: 1.4 The rubber lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 No reclaimed rubber will be used. Compliance: YES [ ] NO [ ] - Describe exception: .6 The compound must provide positive protection from the action of oxidation and will be ozone resistant. Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-RL Pg. 1 of 6 1.7 Thickness of the tube will not be less than .048 inches nor greater than .058 inches. Compliance: YES [ ] NO [ ] - Describe exception: 2 LINING AND COVER PROPERTIES: When tested in accordance with the procedures with the procedures listed in NFPA 1961 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 1600 psi.. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of a 1 %2 inch strip of rubber, transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Lining/Jacket Adhesion - The lining must be adhered to the jacket by means of a calandered rubber backing stock of not less than .014 thickness, resulting in a smooth waterway. The use of thin adhesives to adhere the liner to the inside jacket is NOT ACCEPTABLE. Compliance: YES [ ] NO [ ] - Describe exception: 2.5 Ozone Resistance - Lining specimens will be subjected to ASTM-D1149-64 "Tentative Method of Test for Accelerated Ozone Cracking of Vulcanized Rubber." Specimens will be in accordance with ASTM-D518 procedure "C" and will be elongated 15%. Ozone concentration will be 100 +/- 5 parts per hundred million by volume. Temperature will be 100 degree. Time will be 100 hours. There will be no appearance of cracking or crazing when viewed under a 7-power magnifying glass at any time during or the end of the 100- hour period. Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-RL Pg. 2 of 6 2.6 Chemical Resistance - Exposure to contamination by most chemical substances, hydrocarbons, oils, alkalis, acids and grease must have no effect on the short or long term performance of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 3 SAFETY FACTORS: 3.1 Tabor Abrasion Test - The hose shall withstand 6,000 cycles on the Tabor Abrasion Test machine (H22) wheels 1,000 gm weight load without exposing the filler yarn. Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Heat Resistant - The hose, when subjected to a static pressure of 100 psi, shall be capable of safely withstanding a surface temperature of 485 degrees for a minimum of two minutes without bursting. Heat resistance to be demonstrated at the request of the purchasing authority. Compliance: YES [ J NO [ ] - Describe exception: 4 PERFORMANCE CHARACTERISTICS: Hydrostatic Pressure Test - The hose will comply with the National Fire Protection Association Standard NFPA 1961 (Latest Edition), and (Standard Test Methods for Rubber Hose) ASTM D-30 except otherwise specified. Diameter - 2 %2" Service Pressure - 400 psi Acceptance Pressure - 800 psi Kink Proof Pressure - 600 psi Short Length Burst Pressure - 1200 psi Curved Length Burst Pressure - 1200 psi Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-RL Pg. 3 of 6 5 GENERAL: 5.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight,hard coated, extruded aluminum alloy expansion ring type, with three rocker lugs. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 2 % inch National Standard Threads (NST). d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on edges of doorways, stairwells, etc.. e. Coupling construction, thread and gasket sizes will comply with standards set forth in the NFPA 1963 (Latest Edition). Compliance: YES [ ] NO [ ] - Describe exception: 5.2 Hose Length - All sections of hose will be a minimum of fifty(50') feet in length. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe Exception: 5.3 Hose Weight - A section of hose, with couplings, will be 34 pounds maximum (dry). Compliance: YES [ ] NO [ ] - Describe exception: 5.4 Hose Color - The Color will be YELLOW, unless otherwise specified, and be totally impregnated throughout the outside jacket. Color is to be identifiable through the life of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 2.5DJ-RL Pg. 4 of 6 5.5 Hose Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 400 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator`BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. `BDO"markings shall be stenciled in indelible letters at least 2" inches in height. c. All Fire Hose Couplings shall be die stamped in 1/4" inch in height letters, to a depth of 1/16" inch minimum and numbered prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1-male/1-female). A set of couplings shall be die stamped, using the same number. The die stamping shall consist of San Bernardino City Fire Department 3 letter designator"BDO"with the Year and be Sequentially numbered. Examples: BDO BDO BDO BDO for year 2003 03-001 03-002 03-003 03-004 etc. Compliance: YES [ ] NO [ ] - Describe exception: 6 QUALITY ASSURANCE PROVISIONS: 6.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications,but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 6.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, material and workmanship for a period of three years. This warranty will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. C. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-RL Pg. 5 of 6 i 6.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will bf submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL (National Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 7 DELIVERY: a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: 8 MANUFACTURER NAME/MODEL: List hose manufacturer, hose trade name and catalog model number Manufacturer - Hose Trade Name - Model Number- Compliance: YES [ ] NO [ ] - Describe exception: 9 VENDOR: List Vendor name, signature and date, quote/bid number. Vendor Name- Bid/Quote By- (Please Print)- (Signature)- (Date)- Bid/Quote Number- Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-RL Pg. 6 of 6 SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 2 !/2" ATTACK FIRE HOSE DOUBLE JACKET-THEROPLASTIC LINED (2.5DJ-TPL) 1999 Revised: 4-2007 1 HOSE CONSTRUCTION: 1.1 Warp strands will be 100% synthetic (nylon 6-6)polyamide (Dupont Cordura) yarn of a high grade, high strength, low stretch material. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt,knots and lumps. Compliance: YES [ ] NO [ ] - Describe exception: 1.3 The outside jacket will be completely impregnated by a mechanical process providing complete coverage. A protective coating is used to provide weather resistance, abrasion, heat, chemical and ozone protection. Compliance: YES [ ] NO [ ] - Describe exception: 1.4 The inside jacket will be constructed using a twill weave, which results in a smooth waterway. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 The thermoplastic lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.6 No reclaimed material will be used. Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-TPL Pg. 1 of 6 1.7 The thermoplastic lining must be completely resistant to ozone. Compliance: YES [ ] NO [ ] - Describe exception: 1.8 Thickness of the tube will not be less than .022 inches nor greater than .026 inches. Compliance: YES [ ] NO [ ] - Describe exception: 2 LINING AND COVER PROPERTIES: When tested in accordance with the procedures with the procedures listed in NFPA 1961 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 3000 psi.. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of a 1 '/2 inch strip of rubber, transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Lining/Jacket Adhesion - The lining must be adhered to the jacket by means of a co-extrusion process with adhesives, resulting in a smooth waterway. There shall be NO separation of the lining from the jacket, see 6.2.a of this specification sheet. Compliance: YES [ ] NO [ ] - Describe exception: 2.5 Chemical Resistance - Exposure to contamination by most chemical substances, hydrocarbons, oils, alkalis, acids and grease must have no effect on the short or long term performance of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 2.5DJ-TPL Pg. 2 of 6 i 3 SAFETY FACTORS: 3.1 Tabor Abrasion Test - The hose shall withstand 6,000 cycles on the Tabor Abrasion Test machine (H22) wheels 1,000 gm weight load without exposing the filler yarn. Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Heat Resistant - The hose, when subjected to a static pressure of 100 psi, shall be capable of safely withstanding a surface temperature of 485 degrees for a minimum of two minutes without bursting. Heat resistance to be demonstrated at the request of the purchasing authority. Compliance: YES [ ] NO [ ] - Describe exception: 4 PERFORMANCE CHARACTERISTICS: Hydrostatic Pressure Test - The hose will comply with the National Fire Protection Association Standard NFPA 1961 (Latest Edition), and (Standard Test Methods for Rubber Hose) ASTM D-30 except otherwise specified. Diameter - 2 !/2" Service Pressure - 400 psi Acceptance Pressure - 800 psi Kink Proof Pressure - 600 psi Short Length Burst Pressure - 1200 psi Curved Length Burst Pressure - 1200 psi Compliance: YES [ ] NO [ ] - Describe exception: 5 GENERAL: 5.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight, hard coated, extruded aluminum alloy expansion ring type, with three rocker lugs. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 2 %2 inch National Standard Threads (NST). d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on edges of doorways, stairwells, etc.. e. Coupling construction, thread and gasket sizes will comply with standards set forth in the most current edition of NFPA 1963 (Latest Edition). Compliance: YES [ ] NO [ ] - Describe exception: 7.5DJ-TPL Pg. 3 of 6 5.2 Hose Length - All sections of hose will be a minimum of fifty(50') feet in length. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe Exception: 5.3 Hose Weight - A section of hose, with couplings, will be 21 pounds maximum (dry). Compliance: YES [ ] NO [ ] - Describe exception: 5.4 Hose Color - The Color will be BLUE, unless otherwise specified, and be totally impregnated throughout the outside jacket. Color is to be identifiable through the life of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 5.5 Hose Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 400 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator`BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. "BDO" markings shall be stenciled in indelible letters at least 2" inches in height. c. All Fire Hose Couplings shall be die stamped in 11/4" inch in height letters, to a depth of 1/16" inch minimum and numbered prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1-male/1-female). A set of couplings shall be die stamped, using the same number. The stamping shall consist of San Bernardino City Fire Department 3 letter designator`BDO" with the Year and be Sequentially numbered. Examples: BDO BDO BDO BDO for year 2003 03-001 03-002 03-003 03-004 etc. Compliance: YES [ ] NO [ ] - Describe exception: 6 QUALITY ASSURANCE PROVISIONS: 6.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications,but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-TPL Pg. 4 of 6 i 6.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, material and workmanship for a period of three years. The manufacturer warrants the adhesion of the lining/inside jacket for a period of ten years. These warranties will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. C. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception: 6.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will be submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL (National Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 7 DELIVERY: a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: _.5DJ-TPL Pg. 5 of 6 8 MANUFACTURER NAME/MODEL: List hose manufacturer, hose trade name and catalog model number Manufacturer- Hose Trade Name - Model Number- Compliance: YES [ J NO [ ] - Describe exception: 9 VENDOR: List vendor name, signature and date, bid/quote number Vendor Name- Bid/Quote By- (Please Print)- (Signature)- (Date)- Bid/ Quote Number- Compliance: YES [ ] NO [ ] - Describe exception: 2.5DJ-TPL Pg. 6 of 6 SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 3" AERIAL LADDER FIRE HOSE DOUBLE JACKET-RUBBER LINED (3DJ-RL) NORTH AMERICAN FIRE HOSE CO. (DURA-BUILT 800) or NATIONAL FIRE HOSE (SNAP-TITE) (N-DURA HP) ONLY. 2008 1 HOSE CONSTRUCTION: 1.1 Warp strands will be 100% synthetic (nylon 6-6) polyamide (Dupont Cordura) yarn of a high grade, high strength, low stretch material. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt, knots and lumps. Compliance: YES [ ] NO [ ] - Describe exception: 1.3 The outside jacket will be completely impregnated by a mechanical process providing complete coverage. A protective coating is used to provide weather resistance, abrasion, heat, chemical and ozone protection. Compliance: YES [ ] NO [ ] - Describe exception: 1.4 The rubber lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 No reclaimed rubber will be used. Compliance: YES [ ] NO [ ] - Describe exception: 1.6 The compound must provide positive protection from the action of oxidation and will be ozone resistant. Compliance: YES [ ] NO [ ] - Describe exception: 3DJ-RL Pg. 1 of 6 1.7 Thickness of the tube will not be less than .048 inches nor greater than .058 inches. Compliance: YES [ ] NO [ ] - Describe exception: 2 LINING AND COVER PROPERTIES: When tested in accordance with the procedures with the procedures listed in NFPA 1961 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 1600 psi.. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of a 1 '/2 inch strip of rubber, transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Lining/Jacket Adhesion - The lining must be adhered to the jacket by means of a calandered rubber backing stock of not less than .014 thickness, resulting in a smooth waterway. The use of thin adhesives to adhere the liner to the inside jacket is NOT ACCEPTABLE. Compliance: YES [ ] NO [ ] - Describe exception: 2.5 Ozone Resistance - Lining specimens will be subjected to ASTM-D 1149-64 "Tentative Method of Test for Accelerated Ozone Cracking of Vulcanized Rubber." Specimens will be in accordance with ASTM-D518 procedure "C" and will be elongated 15%. Ozone concentration will be 100 +/- 5 parts per hundred million by volume. Temperature will be 100 degree. Time will be 100 hours. There will be no appearance of cracking or crazing when viewed under a 7- power magnifying glass at any time during or the end of the 100- hour period. Compliance: YES [ ] NO [ ] - Describe exception: 3DJ-RL Pg. 2 of 6 2.6 Chemical Resistance - Exposure to contamination by most chemical substances, hydrocarbons, oils, alkalis, acids and grease must have no effect on the short or long term performance of the hose. Compliance: YES [ ] NO [ J - Describe exceptions: 3 SAFETY FACTORS: 3.1 Tabor Abrasion Test - The hose shall withstand 6,000 cycles on the Tabor Abrasion Test machine (H22) wheels 1,000 gm weight load without exposing the filler yarn. Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Heat Resistant - The hose, when subjected to a static pressure of 100 psi, shall be capable of safely withstanding a surface temperature of 485 degrees for a minimum of two minutes without bursting. Heat resistance to be demonstrated at the request of the purchasing authority. Compliance: YES [ ] NO [ ] - Describe exception: 4 PERFORMANCE CHARACTERISTICS: Hydrostatic Pressure Test - The hose will comply with the National Fire Protection Association Standard NFPA 1961 (Latest Edition), and (Standard Test Methods for Rubber Hose) ASTM D-30 except otherwise specified. Diameter - 3" Service Pressure - 400 psi Acceptance Pressure - 800 psi Kink Proof Pressure - 600 psi Short Length Burst Pressure - 1200 psi Curved Length Burst Pressure - 1200 psi Compliance: YES [ ] NO [ ] - Describe exception: 3DJ-RL Pg. 3 of 6 r 5 GENERAL: 5.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight, hard coated, extruded aluminum alloy expansion ring type, with three rocker lugs. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 2 '/z inch National Standard Threads (NST). d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on edges of doorways, stairwells, etc.. e. Coupling construction, thread and gasket sizes will comply with standards set forth in the NFPA 1963 (Latest Edition). Compliance: YES [ ] NO [ ] - Describe exception: 5.2 Hose Length - All sections of hose will be a minimum of one hundred(100') feet in length. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe Exception: 5.3 Hose Weight - A section of hose, with couplings, will be 82 pounds maximum (dry). Compliance: YES [ ] NO [ ] - Describe exception: 5.4 Hose Color - The Color will be RED, unless otherwise specified, and be totally impregnated throughout the outside jacket. Color is to be identifiable through the life of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 3DJ-RL Pg. 4 of 6 5.5 Hose Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 400 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator "BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. "BDO"markings shall be stenciled in indelible letters at least 2" inches in height. c. All Fire Hose Couplings shall be die stamped in '/4" inch in height letters, to a depth of 1/16" inch minimum prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1- male/1-female). A set of couplings shall be die stamped. The die stamping shall consist of San Bernardino City Fire Department 3 letter designator"BDO" along with the Year. Example: BDO for year 2008 08 Compliance: YES [ ] NO [ ] - Describe exception: 6 QUALITY ASSURANCE PROVISIONS: 6.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications, but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 6.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, material and workmanship for a period of three years. This warranty will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. c. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception: 3DJ-RL Pg. 5 of 6 6.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will b( submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL(National Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 7 DELIVERY: a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: 8 MANUFACTURER NAME/MODEL: List hose manufacturer, hose trade name and catalog model number Manufacturer- Hose Trade Name - Model Number- Compliance: YES [ ] NO [ ] - Describe exception: 9 VENDOR: List Vendor name, signature and date, quote/bid number. Vendor Name- Bid/Quote By- (Please Print)- (Signature)- (Date)- Bid/Quote Number- Compliance: YES [ ] NO [ ] - Describe exception: jDJ-R_L Pg. 6 of 6 s SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 4" LARGE DIAMETER FIRE HOSE DOUBLE JACKET-RUBBER LINED (4DJ-RL) NORTH AMERICAN FIRE HOSE CO. (DURA-BUILT 600) or NATIONAL FIRE HOSE (SNAP-TITE) (N-DURA HP) or ANGUS HOSE ONLY. 2002 Revised: 4-2004 1 HOSE CONSTRUCTION: 1.1 Warp strands will be 100% synthetic (nylon 6-6) polyamide (Dupont Cordura) yarn of a high grade, high strength, low stretch material. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt, knots and lumps. Compliance: YES [ ] NO [ ] - Describe exception: 1.3 The outside jacket will be completely impregnated by a mechanical process providing complete coverage. A protective coating is used to provide weather resistance, abrasion, heat, chemical and ozone protection. Compliance: YES [ ] NO [ ] - .Describe exception: 1.4 The rubber lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 No reclaimed rubber will be used. Compliance: YES [ ] NO [ ] - Describe exception: .6 The compound must provide positive protection from the action of oxidation and will be ozone resistant. Compliance: YES [ ] NO [ ] - Describe exception: 4DJ-RL Pg. 1 of 6 1.7 Thickness of the tube will not be less than .048 inches nor greater than .058 inches. Compliance: YES [ ] NO [ ] - Describe exception: 2 LINING AND COVER PROPERTIES: When tested in accordance with the procedures with the procedures listed in NFPA 1961 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 1600 psi.. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of a 1 '/z inch strip of rubber,transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Lining/Jacket Adhesion - The lining must be adhered to the jacket by means of a calandered rubber backing stock of not less than .014 thickness, resulting in a smooth waterway. The use of thin adhesives to adhere the liner to the inside jacket is NOT ACCEPTABLE. Compliance: YES [ ] NO [ ] - Describe exception: 2.5 Ozone Resistance - Lining specimens will be subjected to ASTM-D1149-64 "Tentative Method of Test for Accelerated Ozone Cracking of Vulcanized Rubber." Specimens will be in accordance with ASTM-D518 procedure "C" and will be elongated 15%. Ozone concentration will be 100 +/- 5 parts per hundred million by volume. Temperature will be 100 degree. Time will be 100 hours. There will be no appearance of cracking or crazing when viewed under a 7-power magnifying glass at any time during or the end of the 100- hour period. Compliance: YES [ ] NO [ ] - Describe exception: 4DJ-RL Pg. 2 of 6 L 2.6 Chemical Resistance - Exposure to contamination by most chemical substances, hydrocarbons, oils, alkalis, acids and grease must have no effect on the short or long term performance of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 3 SAFETY FACTORS: 3.1 Tabor Abrasion Test - The hose shall withstand 6,000 cycles on the Tabor Abrasion Test machine (H22) wheels 1,000 gm weight load without exposing the filler yarn. Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Heat Resistant - The hose, when subjected to a static pressure of 100 psi, shall be capable of safely withstanding a surface temperature of 485 degrees for a minimum of two minutes without bursting. Heat resistance to be demonstrated at the request of the purchasing authority. Compliance: YES [ ] NO [ ] - Describe exception: 4 PERFORMANCE CHARACTERISTICS: Hydrostatic Pressure Test - The hose will comply with the National Fire Protection Association Standard NFPA 1961 (Latest Edition), and (Standard Test Methods for Rubber Hose) ASTM D-30 except otherwise specified. Diameter - 4" Service Pressure - 400 psi Acceptance Pressure - 800 psi Kink Proof Pressure - 600 psi Short Length Burst Pressure - 1200 psi Curved Length Burst Pressure - 1200 psi Compliance: YES [ ] NO [ ] - Describe exception: 4DJ-RL Pg. 3 of 6 5 GENERAL: 5.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight, hard coated, extruded aluminum alloy expansion ring type, with three rocker lugs. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 4 inch National Standard Threads (NST). d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on edges. e. Coupling construction, thread and gasket sizes will comply with standards set forth in the NFPA 1963 (Latest Edition). Compliance: YES [ ] NO [ ] - Describe exception: 5.2 Hose Length - All sections of hose will be a minimum of one-hundred (100') feet in length. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe Exception: 5.3 Hose Weight - A section of hose, with couplings, will be 95 pounds maximum (dry). Compliance: YES [ ] NO [ ] - Describe exception: 5.4 Hose Color - The Color will be YELLOW, unless otherwise specified, and be totally impregnated throughout the outside jacket. Color is to be identifiable through the life of the hose. Compliance: YES [ ] NO [ ] - Describe exceptions: 4DJ-RL Pg. 4 of 6 5.5 Hose Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 400 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator"BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. `BDO"markings shall be stenciled in indelible letters at least 3" inches in height. c. All Fire Hose Couplings shall be die stamped in 1/4" inch in height letters, to a depth of 1/16" inch minimum and numbered prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1-male/1-female). A set of couplings shall be die stamped, using the same number. The die stamping shall consist of San Bernardino City Fire Department 3 letter designator"BDO"with the Year and be Sequentially numbered. Examples: BDO BDO BDO BDO for year 2003 03-001 03-002 03-003 03-004 etc. Compliance: YES [ ] NO [ ] - Describe exception: %W 6 QUALITY ASSURANCE PROVISIONS: 6.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications, but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 6.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, material and workmanship for a period of three years. This warranty will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. c. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception: 4DJ-RL Pg. 5 of 6 6.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will be submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL (National Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 7 DELIVERY: a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: 8 MANUFACTURER NAME/MODEL: List hose manufacturer,hose trade name and catalog model number Manufacturer - Hose Trade Name - Model Number - Compliance: YES [ ] NO [ ] - Describe exception: 9 VENDOR: List Vendor name, signature and date, quote/bid number. Vendor Name- Bid/Quote By- (Please Print)- (Signature)- (Date)- Bid/Quote Number- Compliance: YES [ ] NO [ ] - Describe exception: 4DJ-RL Pg. 6 of 6 SAN BERNARDINO CITY FIRE DEPARTMENT SPECIFICATIONS FOR 1 V2" WILDLAND HOSE SINGLE JACKET-RUBBER LINED (1.5SJ-RL) 1999 Revised: 8-2006 1. HOSE CONSTRUCTION: 1.1 Warp strands will be 100% American grown cotton of the highest grade, not coarser than#8 nor lighter than #12. Compliance: YES [ ] NO [ ] - Describe exception: 1.2 Jacket will be free from defects inconsistent with quality manufacturing practices. Such defects include, but are not limited to: irregularities of weave, dirt, knots and lumps. Compliance: YES [ ] NO [ ] - Describe exception: 1.3 The filler yarn will be high strength, low stretch filament polyester material. Nylon, rayon and other synthetic fibers are not acceptable. Compliance: YES [ ] NO [ ] - Describe exception: 1.4 The rubber lining will be a single-ply extrusion having a uniform wall thickness free from pitting and imperfections. Surface must be smooth and free from corrugations. Compliance: YES [ ] NO [ ] - Describe exception: 1.5 No reclaimed rubber will be used. Compliance: YES [ ] NO [ ] - Describe exception: 1.6 The compounds must provide positive protection from the action of oxidation and will be ozone resistant. Compliance: YES [ ] NO [ ] - Describe exception: 1.5SJ-RL Pg. 1 of 6 1rr 1.7 Thickness of the tube will not be less than .026 inches nor greater than .042 inches exclusive of the backing material. Compliance: YES [ ] NO [ ] - Describe exception: 2. LININGS AND COVER PROPERTIES: When tested in accordance with the procedures listed in United States Forest Service USFS Specification 5100-186 (Latest Edition) and other related standards, the hose liner and cover will have the following properties: 2.1 Ultimate Tensile Strength - Tensile strength of the lining and cover will not be less than 1800 psi.. Compliance: YES [ ] NO [ ] - Describe exception: 2.2 Ultimate Elongation - Ultimate elongation of the lining and cover will not be less than 400%. Compliance: YES [ ] NO [ ] - Describe exception: 2.3 Adhesion - The adhesion will be such that the rate of separation of 1 '`/z" inch strip of rubber, transversely cut, will not be greater than 1 inch per minute under a weight of 12 pounds in a 10 minute period. Compliance: YES [ ] NO [ ] - Describe exception: 2.4 Ozone Resistance - Lining specimens shall not crack after being exposed to 150 +/- 5 parts per hundred million by volume of ozone, for 120 hours, at 122 degrees F. Specimens shall be prepared according to ASTM Std. D-518, procedure C for tapered specimens. Compliance: YES [ ] NO [ ] - Describe exception: 1.5SJ-RL Pg. 2 of 6 3 PERFORMANCE CHARACTERISTICS: 3.1 Hydrostatic Pressure Test - The hose will comply with the United States Forest Service USFS Specification 5100-186 (Latest Edition). Diameter - 1 %Z" Service press. - 300 psi Acceptance press. - 450 psi Kink proof press. - 400 psi Short burst press. - 900 psi Curved burst press. - 900 psi Compliance: YES [ ] NO [ ] - Describe exception: 3.2 Each length will be subject to a hydrostatic pressure of 450 psi. for five seconds, without leaking in the hose or at the couplings or breaking any yarn in the jacket. Compliance: YES [ ] NO [ ] - Describe exception: 3.3 The elongation shall not exceed 8% when measured from an initial pressure of 10 psi.. The hose shall not twist more than 57 degrees per foot. Compliance: YES [ ] NO [ ] - Describe exception: 3.4 The hose shall not warp more than 25 inches from a straight line and shall not rise from the surface of the test table more than 8 inches. Compliance: YES [ ] NO [ ] - Describe exception: 4 GENERAL: 4.1 Couplings - The couplings will comply with the National Fire Protection Association Standard NFPA 1963 (Latest Edition). a. Couplings will be lightweight, hard coated, extruded aluminum alloy expansion ring type, with two rocker lugs on the female swivel end only. b. Expansion rings will be copper alloy 85/15 red brass. Yellow brass is not acceptable. c. Threads will be 1 %2" inch National Standard Thread NST. d. The front and rear edges of both the male and female couplings and the rocker lug edges will be tapered at a 45-degree angle to prevent the hose from hanging up on the edges of rocks, stumps, etc.. e. Coupling construction, thread and gasket size will comply with standards set forth in the NFPA 1963 (Latest Edition). Compliance: YES [ ] NO [ ] - Describe exception: 1.5SJ-RL Pg. 3 of 6 i y i 4.2 Length - All sections of hose will be a minimum of fifty (50') feet in length and/or maximum of one hundred (100') feet in length. SBFD will specify length before bid goes out. The hose will be measured from the outside edge of the couplings with the hose laid out on a flat surface. Compliance: YES [ ] NO [ ] - Describe exception: 4.3 Weight - A section of hose, with couplings, will be 13 lbs. maximum(dry) for 50' ft. length and 25 lbs. maximum (dry) for 100' ft. length. Compliance: YES [ ] NO [ ] - Describe exception: 4.4 Color - The color will be natural cotton color, unless other wise specified. Compliance: YES [ ] NO [ ] - Describe exception: 4.5 Mildew Treated - The complete jacket will be mildew treated with a non-toxic fungicide, which is practically insoluble in water. The treatment process shall thoroughly impregnate the fibers of the yarn and shall have no harmful effect on the life of the jacket or lining when stored or exposed to outdoor weather condition. The jacket shall be treated prior to the curing process and the treatment shall be clear. Compliance: YES [ ] NO [ ] - Describe exception: 4.6 Markings - All Fire Hose and Couplings shall have correct markings. a. All Fire Hose Jacket stenciling will comply with standards set forth in NFPA 1961 (Latest Edition), paragraph 3-4. The Service Test Specified is 300 psi. The additional set of markings described in paragraph 3-4.1 will be required near the center of the hose. All NFPA markings shall be stenciled in indelible letters at least 1" inch in height. b. San Bernardino City Fire Department 3 letter designator"BDO" shall be stenciled within 5' feet from each coupling and every 10' feet. "BDO"markings shall be stenciled in indelible letters at least 2" inches in height. c. All Fire Hose Couplings shall be die stamped in V4" inch in height letters, to a depth of 1/16" inch minimum prior to the hardcoat anodizing process. Each length of hose shall have a set of couplings (1-male/1-female). A set of couplings shall be Die Stamped, with San Bernardino City Fire Department 3 letter designator`BDO" Compliance: YES [ ] NO [ ] - Describe exception: 1.5SJ-RL Pg. 4 of 6 5 QUALITY ASSURANCE PROVISIONS: 5.1 Purchasing agent reserves the right to amend or add to any or all of the listed specifications, but only after discussion between the purchasing agent and the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 5.2 Warranties - a. The manufacturer warrants the hose to be free from defects and failure from faulty design, materials and workmanship for a period of three years. This warranty will provide for the replacement of hose and couplings, if proven to have failed, free of charge by the manufacturer. b. All cost for shipping and handling of failed hose will be the responsibility of the original supplier. c. The authority having jurisdiction reserves the right to reject any or all of the hose shipment that the designated authority deems unacceptable. d. A written guarantee, signed by a responsible officer of the manufacturer, will be provided with the first delivery of hose. Compliance: YES [ ] NO [ ] - Describe exception: 5.3 Sample - A three-foot sample of specified hose, accompanied by detailed construction specifications, will be submitted with the bid. The purchasing authority reserves the right to perform destructive tests on the submitted sample to ensure that the hose will meet all aspects of these specifications. Lab testing will be performed by NRTL (Nationally Recognized Testing Laboratory) at the expense of the manufacturer. Compliance: YES [ ] NO [ ] - Describe exception: 6 DELIVERY a. The supplier/manufacturer of the fire hose will deliver and OFF LOAD all hose to the designated location. All costs of delivery and OFF LOADING will be the responsibility of the supplier. b. Delivery location will be determined at time of bid award. Compliance: YES [ ] NO [ ] - Describe exception: 1.5SJ-RL Pg. 5 of 6 7 MANUFACTURER NAME/MODEL: List hose manufacturer, hose trade name and catalog model number. Manufacturer - Hose Trade Name - Model Number - Compliance: YES [ ] NO [ ) - Describe exception: 8 VENDOR: List vendor name, signature and date, bid/quote number. Vendor Name- Bid/Quote By- (Please Print)- (Signature)- (Date)- ! Bid/Quote Number- .SSJ-RL Pg. 6 of 6 6 SECTION I11. BID CONTENT AND FORMS F 1 . 1 III. BID CONTENT AND FORMS A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: a. identification of Bidder, including name, address and telephone; b. proposed working relationship between Bidder and subcontractors, if applicable; C. acknowledgment of receipt of all RFQ addenda, if any; d. name, title, address and telephone number of contact person during period of bid evaluation; e. a statement to the effect that the bid shall remain valid for a period of not less than 90 days from the date of submittal; and f. signature of a person authorized to bind Bidder to the terms of the bid. Bidder may also propose enhancement or procedural or technical innovations to the Technical Specifications which do not materially deviate from the objectives or required content of the project. 2. Exceptions/Deviations State any exceptions to or deviations from the requirements of this RFQ, stating "technical" exceptions on the Technical Specifications form, and "contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. 3. Appendices Information considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. B. LICENSING AND CERTIFICATION REQUIREMENTS By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said licenses and/or certifications may be deemed non-responsive and may be rejected. C. COST AND PRICE FORMS Bidder shall complete the Price Form in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise specified on price form. PRICE FORM REQUEST FOR QUOTES: RFQ F-08-18 DESCRIPTION OF RFQ: Ancillary Equipment for Fire Apparatus BIDDER'S NAME/ADDRESS: NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ANNUAL PURCHASE ORDER Effective on or about July 1, 2008 through June 30, 2009 plus two-single-year options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Ancillary Equipment for Fire Apparatus. Option year one, if exercised, shall be effective July 1, 2009 through June 30, 2010. Option year two, if exercised, shall be effective July 1, 2010 through June 30, 2011 . Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. 5 Engines Item # Product Description Product Name Units Unit Price Total 1 Ax-Pickhead 6 lb. With 36" Fiberglass Ax-Pickhead 10 handle and mounts. 2 6 lb. with 32" Fiberglass handle and Ax-Pickhead 32" fiberglass 6 mounts handle 3 6' x 6' canvas 10 oz. Duck Carry-all 7 4 Molded rubber 10"W x 6"H x 8"W Chock Block 7 5 13" Sweep face Corn Broom 7 6 2 1/2" to 2 1/2" aluminum double swivel Coupling 2 1/2" to 2 1/211 5 female NH Double Female 7 4" to 4" aluminum double swivel female Coupling 4" to 4" Double 2 NH Female 8 Aluminum 6" to 4" double swivel female Coupling 6" to 4" Double 7 with long handle NH Female 9 2 1/2" to 2 1/2 " aluminum NH Double Male 2 1/2" to 2 1/2" 5 10 2 1/2" to 4" aluminum Double Male 2 1/2" to 4" 5 11 4" to 4" aluminum Double Male 4" to 4" 4 12 Red drop bag with minimum of 70' of rope Drop bag with rope 6 13 25' Extension Cord 25' 5 12/2 S/0 extension wire with L5-15 twist lock ends 14 50' Extension Cord 50' 2 12/2 S/0 extension wire with L5-15 twist lock ends 15 Amerex 331 w/817 bracket Extinguisher - CO 2 7 16 Amerex 423 w/817 bracket Extinguisher - Dry Chem 7 17 2 1/2 gallon Amerex 241 w/817 bracket Extinguisher- Portable Water 7 18 Mag-Lite Model RX1019 w/chargers and Flashlight 50 brackets 19 1 1/2" Elkhart 246-S Medium Expansion Foam Aeration Tube 6 20 Forestry Hose Clamp #14672 Forestry Hose Clamp 28 21 1 1/2" to 2 - 1 1/2" M Gated Wye 1 1/2" to two 1 1/2" 5 Lite weight Elkhardt, Elk-O-Lite, Forestry Wye B-100-LA 22 2 1/2" to 2 - 1 1/2" M Lite weight Gated Wye 2 1/2" to two 1 1/2" 5 Elkhardt, Elk-O-Lite B-100A 23 2 1/2" to 2 - 2 1/2" M Lite weight Gated Wye 2 1/2" to two 2 1/2" 5 Elkhardt, Elk-O-Lite B-97A 24 4" to 2 - 2 1/2" M Lite weight Elk-O-Lite Gated Wye 4" to two 2 1/2" 5 B-97A 25 Generator - Honda - Tele-lite T.E.H.- Generator- Honda- Tele-lite 7 27.5D T.E.H.-27.5D 26 NC-7210 Garmin E-Trex Legend... GPS Handheld mapping unit. 2 Special Features... WAAS compatible for even greater accuracy. Built-in basemap with streets, cities and lakes detail plus marine aids to navigation info. Waterproof/ Submersible Stores up to 10 saved tracks (Tr 27 36" X 20' 10 ounce duck canvas Hall runner 5 28 Chrome (Hooligan) 36" Halligan Tool 36" 12 29 Petzl 129E24 Mega Petzl headlamp with Headlamps wildland 20 AA battery holder 30 1" Wildland Hose 100' sections NPSH. Hose - 1" Wildland Hose 20 See attachment for hose specification. 31 1-1/2" Wildland Hose 50' sections NH. Hose - 1-1/2" Wildland Hose 40 See attachment for hose specification. 32 1-3/4" hose 50' sections. 1-1/2" couplings Hose - 1-3/4" 100 NH. See attachment for hose specification. 33 1-3/4" Highrise Hose 50' sections NH. See Hose - 1-3/4" Highrise Hose 10 attachment for hose specification. 34 2-1/2" hose 50' sections NH. See Hose - 2-1/2" 80 attachment for hose specification. 35 2-1/2" Highrise Hose 50' sections NH. See Hose - 2-1/2" Highrise Hose 5 attachment for hose specification. 36 4" Supply Hose 100' sections NH. See Hose - 4 Supply Hose 50 attachment for hose specification. 37 Nylon- Red - minimum size 16"X16"X6" Hose Packs 25 38 Nylon- Green - minimum size Hose Packs 25 16"X 16"X6" 39 aluminum (4" hose) for water removal Hose Roller 3 40 Adjust to a pentagon nut up to 13/4" from Hydrant and Spanner Wrench 10 point to flat or to a square nut up to 1 1/4". f i i Double headed spanner fits 2 1/2" to 4 1/2' rocker lug couplings. 41 Aluminum Increaser 1 1/2" NH to 2 1/2" Increaser 1 1/2" to 2 1/2" 5 NH 42 1" female NPSH thread to 1 1/2" male NH Increaser 1"NPSH to 1 1/2" NH 15 thread 43 Aluminum 2 1/2" female to 4" male with Increaser 2 1/2" to 4" 7 out swivel 44 TFT Intake Valve AB7HNP-NX. Side A Intake Valve 7 inlet: 4.0" Female swivel handle NH. Side B: 6.0" Female swivel rocker lug NH. 45 4 - L5-15 twist lock receptacles and 4 3- J-Box 4 prong household receptacles with 12" pigtail 15 amp twist lock plug. 46 The Kestrel 3000 is the ONLY hand-held Kestrel Weather Station 8 instrument for measuring wind speed, temperature, wind chill, relative humidity, heat index and dew point temperature. 47 Elkhart Portable Monitor 8297-40 w/282A Monitor 5 & ST-194. "The Stinger" with top mount adapter and 4" swivel base. 48 Mounting Bracket 8298EX Elkhart Monitor- "The Pipe" Mounting 5 Bracket Elkhart 49 Monitor - Anchor Kit Elkhart 81204001 Monitor- Anchor Kit Elkhart 12 81204001 50 Monitor - TFT - XFC-62 Package with 4" Monitor- TFT Crossfire and 5 NH Inlet. Stack tips 2", 1-3/4", 1-1/2", 1- Extend-A-Gun 3/8". 18" Extended position with flange. 10" Stream Straightener XF-SS 10.\ 51 "The Pipe" 8298EX Monitor extension Monitor extension. "The Pipe" 5 tube Elkhart 52 Elkhart-Select-O-Matic SM-20F with Nozzle - 1 1/2" 200 GPM 8 aluminum ball valve. Free swivel Combination Nozzle 53 Elkhart B-275AT/205BA/ 170 GPM @ Nozzle - 1 1/2" LA High-Rise 4 100 psi / 1.5" nozzle with aluminum ballvalve. High Rise 54 Fire nozzle forestry, combination 1" NPSH Nozzle - V NPSH forestry 20 thread base. 55 Elkhart JB-275-LAFD Break-Apart Nozzle Nozzle - 2 1/2" High Rise 4 with Orange Bumper 56 Elk-O-Lite ball shut off B-275A Nozzle - Ball shut off 21/2" to 4 21/2" 57 Elkhart triple stack tips - 2 1/2"base - Nozzle- Handline - Triple 4 Discharge 1",11/8",11/4". stacked tips 58 1" NH Twister Nozzle. Part # DS1040. Nozzle - TFT 1" NH Twister 6 Dual gallonage nozzle with two flow Nozzle settings of 10 and 40 gpm @100psi. 59 1.5 " NH TFT Ball type shut off valve with Nozzle - TFT 1.5" NH Ball type 22 pistol grip. Ball valve to have smooth bore shut off valve inserts 7/8", 15/16", 1", 1-1/8". 60 1.5" NH TFT. Part# HMDL-STO Low Nozzle- TFT 1.5" NH Low 22 Pressure Version Nozzle 70-200 gpm Pressure Version 61 Nozzle - TFT 2.5" NH Ball type shut off Nozzle- TFT 2.5" NH Ball type 5 valve. Part #J 140JP shut off valve. 62 2.5" NH TFT Low Pressure Version Nozzle - TFT 2.5" NH Low 5 Nozzle 95-250 gpm. Part#HDL-2TO Pressure Version 63 Nozzle 2 1/2" SM30F with aluminum Nozzle 2 1/2" SM30F Elkheart 3 ballvalve. Free swivel base. Select-O-Matic 64 (closet hook) round smooth nupla w/D Pike Pole 3' 6 handle 65 round smooth nupla w/D handle Pike Pole 6' 4 66 5'w/mounts Pry Bar 5' 2 67 Pulaski axe, wildland firefighting hand Pulaski Axe 3 tool 68 HT holder for across the chest with waist Radio Harness 8 strap. Must hold two radios. 69 Aluminum 1 1/2" female NH thread to I" Reducer 1 1/2" NH to I" NPSH 40 male NPSH thread 70 2 1/2" female NH thread to 1 1/2" male Reducer 2 1/2" to 1 1/2" 10 NH thread 71 Aluminum 2 1/2" to Garden Hose Reducer 2 1/2" to garden hose 2 72 Aluminum 4 1/2" to 4" without swivel Reducer 4 1/2" to 4" 2 73 Aluminum 4" to 2 1/2" Reducer 4" to 2 1/2" 5 74 1/2" X150'NFPA Static 9000 lbs Rope Bag with pocket & Rope 9 (Life Safety) 75 Utility, 1/2" x 150' Rope Bag with utility rope 12 76 2 lb. Nupla handle Rubber Mallet 7 77 Round smooth nupla with D handle Rubbish Hook 6' 25 78 12' x 18'with 10 ounce duck canvas with Salvage Cover 10 grommets 79 Square Point with 48" Nupla handle Shovel - Square Point 3 80 U.S. Forest Service Spec. 5100-0326 hand Shovel - Wildland 5 shovel, size 1 81 8 lb. With 36" Nupla handle Sledge Hammer 8 lb. 3 82 T-464 Elk-O-Lite Universal Spanner Spanner wrench - 1 1/4" to 34 4" universal 83 Spanner wrench holder. Holds two T-464 Spanner wrench holder 469. 7 universal spanner wrenches. Without wrenches 84 1" or 1 1/2" combination spanner wrench Spanner Wrench 1" or 1 1/2" 14 combination 85 Sprinkler box w/12 heads and Sprinkler Sprinkler box 7 head removal tool. 86 Squeegee w/handle and 36" curved head. Squeegee w/handle 7 87 Streamlight "Fire Box" Orange. With Streamlight - Fire Box Series 7 Vehicle Mount System 88 Structure Protection Straps Structure Protection Straps 14 89 Hoseline (valve) 1 1/2" x 1 1/2" NH thread Tee - inline water thief 30 x 1" NPSH thread 90 Locks Axe & Halligan tool together. With The Iron Sling 25 quick release buckle. 91 1 - 3 Drawer Tool Chest Item Number Tool Box 7 65408 Complete w/hand tools 1 - Screwdriver Set- 8 piece Item Number 41432 1 -Plier Set - 3 piece Item Number 45243 1 - Lineman Pliers - 7 inch Item Number 45093 1 - Vise-Grip Straight Jaw 10 inch locking pl 92 18" Orange Safety cone with reflective Traffic Cones 70 band 93 Fire Innovations: NFPA Belt - Custom Trucker Belt " Fire 24 Sized CT2-SR5. Product ID: FI-CT2cSR5 Innovations" Custom Size/ Kevlar NFPA Escape Belt &NFPA Ladder Belt. 1-Short Pouch, 1- Multi Use Strap, 1-40001b. Tag Ring, 1- Axe Loop, 2-Set of Kevlar Gear Loops, 1- ToolLoop. 94 Sales Tax 95 Shipping Costs (per unit) Truck Item# Product Description Product Name Units Unit Price Total 1 1-Amkus GH2S-XL,two tool simo Honda Power Amkus Rescue Tools 1 unit. 1-Amkus quick connect Cplg Pkg. 2-20' twinned line extension hose. 1-Amkus 25E Speedway cutter with D handle. 1-Amkus 30CX �•= Spreader. 1-Amkus 40" Push Pull Ram. 1- Amkus HP 101-STD Hand Pump. 1-Amkus HP 1 2 Amkus GH2A-MC Mini power units with Amkus Rescue Tools 2 carrying handle. 2 - 20' extension hose with carrying cage. 3 Ax-Flathead 6 lb. With 36" Fiberglass handle Ax-Flathead 6 lb. 36" 4 Fiberglass handle 4 6 lb. with 30" Fiberglass handle Ax-Pickhead 30" 4 fiberglass handle 5 36" Heavy duty, fiberglass handle and mounts Bolt Cutters 1 6 24" handle bolt cutter Bolt Cutters 1 7 42" Heavy duty and mounts Bolt Cutters 1 8 20 Ton hydraulic bottle jacks Bottle Jack 2 9 6' x 6' canvas 10 oz. Duck Carry-all 2 10 Heavy duty 3 Ton with minimum 20' of cable Come-a-Long 1 11 2 1/2" to 2 1/2" aluminum double swivel female Coupling 2 1/2" to 2 2 NH 1/2" Double Female 12 2 1/2" to 2 1/2 " aluminum NH Double Male 2 1/2" to 2 2 1/2" 13 2 1/2" to 4" aluminum Double Male 2 1/2" to 4" 1 14 Red drop bag with minimum of 70' of rope Drop bag with rope 4 15 One set of Elevator tools Elevator tools 1 16 Set of three reflective triangles with carrying case Emergency Triangle Kit 1 17 Extenda-Lite Tripod Extenda-Lite Tripod 2 18 100' Extension Cord 2 12/2 S/O extension wire with L5-15 twist lock ends 19 25' Extension Cord 25' 3 12/2 S/O extension wire with L5-15 twist lock ends 20 50' Extension Cord 50' 3 12/2 S/O extension wire with L5-15 twist lock ends 21 Amerex 331 w/817 bracket Extinguisher - CO 2 2 22 Amerex 423 w/817 bracket Extinguisher- Dry 2 Chem 23 2 1/2 gallon Amerex 241 w/817 bracket Extinguisher -Portable 2 Water 24 Mag-Lite Model RX 1019 w/chargers and brackets Flashlight 6 25 Streamlight litebox, with 12 volt DC charger, Flashlight - Hand 2 truck mounting rack, and shoulder strap. Color Lantern - Litebox Orange. 20 watt flood Bulb 26 1 gallon safety fuel can oblong Gasoline can 4 27 Type I - 2 gallon Gasoline can 3 28 Generator - Honda- Tele-lite T.E.H.-27.5D Generator- Honda - 3 Tele-lite T.E.H.-27.5D 29 36" X 20' 10 ounce duck canvas Hall runner 5 30 36" "Fordged" Halligan bar with mounting Halligan 3 bracket 31 48" with extension bar and assorted handle set Hi Lift Jack 1 32 2-1/2" Highrise Hose 50' sections NH. See Hose - 2-1/2" Highrise 4 attachment for hose specification. Hose 33 Hose 3" w/2 1/2" Used for ladder pipe Hose - 3" w/21/2" 2 operations. 50' sections NH. See hose couplings NH specifications. 34 Hydrant Wrench with mounts. Hydrant Wrench 1 35 4 - L5-15 twist lock receptacles and 4 3-prong J-Box 2 household receptacles with 12" pigtail 15 amp twist lock plug. 36 Hydraulic floor jack 3 ton Jack, Hydraulic Floor 1 37 K-Tool and kit (KT100 or equal) K-Tool Door Opener 4 38 234 Ton, 7 bag, Kevlar Air Bag System Maxie force 1 Complete System Bag Assortment 12 ton, 17 ton, 22 ton, 32 ton, 35L ton, 44 ton, 74 ton Control Package with minimum 5000-psi pressure regulator and three 16' hoses each of a different color. 39 Elkhart B-275AT/205BA/ 170 GPM @ 100 psi Nozzle - 1 1/2" LA 2 / 1.5" nozzle with aluminum ballvalve. High Rise High-Rise 40 Elkhart JB-275-LAFD Break-Apart Nozzle with Nozzle - 2 1/2" High 2 Orange Bumper Rise 41 O-Tool and Kit O-Tool 4 42 (closet hook)round smooth nupla w/D handle Pike Pole 3' 1 43 Extenda-Lite, PL-500 Portable Light 4 w/2'NEMA L5-15 Pigtail 120 volt 44 5' w/mounts Pry Bar 5' 2 45 1/2" X150'NFPA Static 90001bs Rope Bag with pocket & 1 `"` Rope (Life Safety) 46 Utility, 1/2" x 150' Rope Bag with utility I rope 47 5/32"X48"X75' Black rubber diamond plate floor Rubber Diamond Plate 1 matting 48 2 lb. Nupla handle Rubber Mallet 1 49 Round smooth nupla with D handle Rubbish Hook 6' 4 50 round smooth nupla with D handle Rubbish Hook 8' 4 51 12' x 18' with 10 ounce duck canvas with Salvage Cover 10 grommets 52 Round Point with 48" Nupla handle Shovel - Round Point 2 53 Square Point with 48" Nupla handle Shovel - Square Point 2 54 8 lb. With 36" Fiberglass handle Sledge Hammer 8 lb. 1 55 T-464 Elk-O-Lite Universal Spanner Spanner wrench- 1 1 1/4" to 4" universal 56 Sprinkler box w/12 heads and Sprinkler head Sprinkler box 1 removal tool. 57 Squeegee w/handle and 36" curved head. Squeegee w/handle 4 58 Rescue Litter Basket with a miller board. Stokes Basket 1 59 Tele-lite TEH-27.5D Honda Generator with 750 Tele-lite TEH-27.51) 2 watt Halogen lighting. Honda Generator 60 Locks Axe & Halligan tool together. With quick The Iron Sling 4 release buckle. 61 1 - 3 Drawer Tool Chest Item Number 65408 Tool Box 1 Complete w/hand tools 1 - Screwdriver Set - 8 piece Item Number 41432 1 - Plier Set - 3 piece Item Number 45243 1 - Lineman Pliers - 7 inch Item Number 45093 1 - Vise-Grip Straight Jaw 10 inch locking 1 62 18" Orange Safety cone with reflective band Traffic Cones 25 63 Fire Innovations: NFPA Belt - Custom Sized Trucker Belt " Fire 4 CT2-SR5. Product ID: FI-CT2cSR5 Custom Innovations" Size/ Kevlar NFPA Escape Belt & NFPA Ladder Belt. 1-Short Pouch, 1-Multi Use Strap, 1-40001b. Tag Ring, 1-Axe Loop, 2-Set of Kevlar Gear Loops, 1-ToolLoop. 64 Gasoline powered, RAMFAN Corp. model GF- Ventilation Fan 4 165 65 245 Ton Package (10 Bag Set) 1 —ton bag, 3 — Vetter 1 ton bag, 5 — ton bag, 12 —ton bag, 17 — ton bag, 22 —ton bag, 32 — ton bag, 44 —ton bag, 74 —ton bag, 35 (long)—ton bag Air lines — color and length Black High Pressure 16' (Regulator to Controller) 66 Sales Tax 67 Shipping Costs (per unit) Are there any other additional or incidental costs, which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: _ Please indicate any elements of the Technical Specifications, which cannot be met by your firm. Have you included in your bid all informational items and forms as requested? Yes / No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: COMPANY NAME & ADDRESS: PHONE: FAX: IF SUBMITTING A "NO BID", PLEASE STATE REASON (S) BELOW: w NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-08-18. Business Name Business Address Signature of bidder X Place of Residence Subscribed and sworn before me this day of 20_ Notary Public in and for the County of State of California. My commission expires , 20 SECTION V. GENERAL SPECIFICATIONS GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number F-08-18. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and suitability as well as conformity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. 4. Bids shall be firm offers, subject to acceptance or rejection within 90 days of the opening thereof. 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are not acceptable. 7. Each bidder shall submit with their bid, a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. 9. Each bidder must state in their bid the guaranteed delivery date of product and/or services in number of calendar days from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the bid. 11. Successful bidder(s) (Contractor) shall furnish and deliver to the City complete equipment as bid and awarded, ready for installation and fully equipped as detailed in these specifications. 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Bid shall include California sales tax, where applicable, computed at the rate of 7.75%, and an additional City of San Bernardino Transaction and Use Tax computed at the rate of 0.25% where applicable (this will normally be shown as a separate line item on the price form). 13. City shall make payment within thirty (30)days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All "standard equipment" is included in any bid. Bidders furnishing bids under these specifications shall supply all items advertised as "standard"equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. 16. Contractor delivering equipment pursuant to this RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City of San Bernardino of bid in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in complete accordance with all provisions of RFQ No. F-08-18. In most cases the basis of award will be the City's standard purchase order that may or may not incorporate this solicitation by reference. 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, non-contractual, financial or otherwise, in this transaction, or in the business of the contracting party other than the City, and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government Code of the State of California. 21. One Document. These specifications, the notice inviting bids, RFQ F-08-18, the Contractor's bid, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be construed together as one document. Anything called for in any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten (10)working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during bid evaluation in the case of ties. 24. Inquiries. Direct all inquiries to Deborah Morrow at 909-384-5086. Technical questions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. 25. Bid/Price forms. No bid will be acceptable unless prices are submitted on the pricing forms furnished herein, and all required forms are completed and included with bid. Deliver all bids, signed and sealed, to the Purchasing Division, Finance Department at 300 North "D" Street, 4`h Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE "Ancillary Equipment for Fire Apparatus" AND NUMBER F-08-18 ON THE OUTSIDE OF THE ENVELOPE. 26. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, April 24, 2008 where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date specified shall NOT be considered. 27. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to award one contract for furnishing and delivering of all equipment and/or services in all categories. 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid. 29. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, P R materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit,judgment or expense (including, without limitation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees"for the purposes of this paragraph. 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten- (10) day notification to the City if said policies are terminated or materially altered. equal to o 821, Seetmap 2400, @Ad the ooppaFatiap isswiAg said bopd sh;;Il h@ve -a rat;AQ ;- --s— ---t FOGBAt iAGWF@R6G 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFQ. 34. City may, at its discretion, exercise option year renewals for up to 3 years, in one-year increments. 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said licenses and/or certifications may be deemed non-responsive and may be rejected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the terms of the Agreement. San Be Dar *I'HO SM April 17, 2008 ADDENDUM1 TO Request for Quotation (RFQ) F-08-18 Ancillary Equipment for Fire Apparatus Notice is hereby given that the following is incorporated as an Addendum to the Request for Quotation (RFQ) F-08-18 1. What type of rope should Mallory supply on item #12, with the red drop bag? Exa. Utility rope, Prusik rope....... 318"Static Kernmentle escape rope. 2. Truck item #1 - the last item is a "HP1" I cannot find that item on the Amkus web site to give you a Holmatro equivalent. Can you help me? HP stands for hand pump. The technical specs say: HP101. Sincerely, Deborah R. Morrow Purchasing Manager CITY OF San B 0 SM April 24, 2008 ADDENDUM #2 TO Request for Quotation (RFQ) F-08-18 Ancillary Equipment for Fire Apparatus Notice is hereby given that the following changes, additions or deletions are incorporated as an Addendum to the Request for Quotation (RFQ) F-08-18. 1. The Bid deadline has been extended to May 15, 2008 at 3:00 PM, PST. 2. The below mentioned items are hereby added to the Technical Specifications and Price Form. Please attach or forward a separate page (to the Price Form,) indicating pricing for items 65A and 65B. SUBMIT AN ORIGINAL AND TWO (2) COPIES OF THE ADDITIONAL PRICING IN A SEALED ENVELOPE AND MARKED AS FOLLOWS: RFQ F-08-18 "ANCILLARY EQUIPMENT FOR FIRE APPARATUS" ADDENDUM PRICING Address to: City of San Bernardino, 4th floor Purchasing, 300 N "D" Street, San Bernardino CA 92418. 65A. 1495 Ladder Pipe Quantity: 2 • New easy adjustable mounting clamp with safety pins for more secure mounting • Horizontal lock permits 15° sweep either side of center • Removable control handle adjusts to 12 positions E • Lightweight extruded aluminum discharge pipe with full-length stream shaping fins • 200 ft. 3 8" No. 1 Grade pure manila rope • Includes three Style 489 Tips (1 12", 1 34", 2") with Style 350 Mounting Plates. • Adjustable mounting clamps for round rung ladders Style:1495 Weight: 27 (68.6 kg) Length: 39 7 8" (101 .3 cm) Inlet:: 2 12" (6.4 or 7.6 cm) Outlet: 2 12" (6.4 cm) Flow GPM: 1000 Flow LPM: 3800 65B. 497 Ladder Pipe Mounting Bracket Quantity: 2 • Lightweight bracket mounts easily to the truck • Holds Style 1494 Ladder Pipe when not in use • Distance between rungs is 14" (center to center) Upon receipt of Addendum #2, please sign, date and return by email, fax or mail a copy, acknowledging your receipt. PRINT NAME SIGNATURE COMPANY NAME PHONE ADDRESS EMAIL FAX Sincerely, Deborah R. Morrow Purchasing Manager (909) 384-5086 FAX (909) 384-5043 E Email: morrow_de @sbcity.org